SOLICITATION NOTICE
U -- "Crime Scene & Statement Analysis" Course Instructor for the Iowa Army National Guard (Camp Dodge Joint Maneuver Training Center in Johnston, Iowa)
- Notice Date
- 6/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
- ZIP Code
- 50131-1902
- Solicitation Number
- W912LP-12-Q-0007
- Response Due
- 7/9/2012
- Archive Date
- 9/7/2012
- Point of Contact
- Tracy Canada, 515-252-4616
- E-Mail Address
-
USPFO for Iowa
(tracy.canada@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request for Quotation (RFQ) number W912LP-12-Q-0007. All proposals shall reference the RFQ number and shall be submitted by 9:00 a.m. local (central) time on 9 July 2012. The anticipated award date is 12 July 2012. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-59, dated 10 May 2012. This acquisition is set aside 100% for small business concerns; however the Government is accepting quotes from small business concerns and large businesses in the event of insufficient small business participation. The North American Industry Classification System Code (NAICS) 611519 size standard of $7.0m. Contract line item numbers and quantities: CLIN 0001, Base Period (FY 12) for Crime Scene & Statement Analysis, 5 course iterations; CLIN 0002, Option Year #1 (FY 13) for Crime Scene & Statement Analysis, 5 course iterations; CLIN 0003, Option Year #2 (FY 14) for Crime Scene & Statement Analysis, 5 course iterations; CLIN 0004, Option Year #3 (FY 15) for Crime Scene & Statement Analysis, 5 course iterations; CLIN 0005, Option Year #4 (FY 16) for Crime Scene & Statement Analysis, 5 course iterations; Vendors shall review the Statement of Work for a detailed list of course requirements and items to be submitted as part of their proposal. The prices provided for each of the CLINS above shall include all labor, material, travel costs, supervision, and associated services to carry out the Midwest Counterdrug Training Center's (MCTC) mission requirements as defined in the Statement of Work. Clarification for CLINS 0001-0005: the vendor's pricing for each CLIN shall be all-inclusive of any applicable taxes, fees, and the mandatory Contractor Manpower Reporting fee; every vendor is allowed a one-time fee for compliance with Contractor Manpower Reporting (CMR). The vendor may apply a price for CMR or may opt to complete the mandatory reporting at no cost to the Government; however, as a clear indicator of vendor's intention, pricing must reflect a zero cost if vendor chooses to waive the CMR Reporting fee. Contractor Manpower Reporting is an Army Initiative and System that was implemented on Mar 8, 2005. It is a business process designed to obtain better visibility of the contractor service workforce from Contractors supporting the Army. The process was created to collect information on funding source, contracting vehicle, organization supported, mission and function performed, and labor hours and costs for contracted efforts. Contractor Manpower Reporting (CMR) is a mandatory Department of the Army directive that must be completed if you win the award (only about a 15 minute process including time to register in the website). Therefore, every vendor must submit a bid for it. If you are unsure of what dollar amount would be best to quote, you may charge an hourly rate or a flat rate (one set rate no matter how long the process takes). You may also opt to waive the fee, completing the fee at no cost to the Government. Remember the CMR Reporting Fee is considered a competitive line item, so it will drive your quote. Please read the implementation language that follows; it will include the web-site address in which the information is entered. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection costs; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. The CMRA web site maintains a "Frequently Asked Questions and Answers" https://cmra.army.mil/ that is updated periodically. Any technical or implementation questions not addressed on this site can be discussed and coordinated through the CMR Help Desk at 703-377-6199, or https://cmra.army.mil. IMPORTANT!!! Information must be reported within 30 business days after the completion of each course and before the submission of any invoices, whichever timeframe is first. The following provisions apply to this solicitation: 52.212-1, Instructions to Offerors - Commercial Items (by reference); 52.212-2, Evaluation - Commercial Items (by full text): (a) The Government will award a firm-fixed priced contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Best Value is the most advantageous offer, price and other factors considered with the Government's stated importance of evaluation criteria. The Technical factors will include Course Content and Materials and Instructor Qualifications. Technical and Past Performance factors are approximately equal; when combined, Technical and Past Performance factors are significantly more important than Price. The Government intends to evaluate proposals and award a contract without discussions, therefore, Offeror's initial proposal should contain the Offeror's best terms from a cost or price and technical standpoint. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 52.212-3 (Alt 1), Offeror's Representations and Certifications, Commercial Items (by full text); 252.212-7000, Offeror Representations and Certifications - Commercial Items (by full text). Offerors shall include a completed copy of both provisions (52.212-3, Alt I and 252.212-7000) as part of their quote, or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx). In addition, Offerors must also include a copy of the completed provision 252.209-7999, Representation By Corporation Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law upon submission (by full text). 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (by reference); and The following clauses apply to this solicitation: 52.204-4, Printed or Copied-Double Sided on Post-consumer Fiber Content Paper (by reference); 52.212-4, Contract Terms and Conditions - Commercial Items (by reference); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (by full text). The following optional clause under subparagraphs (b) & (c) are incorporated by reference within 52.212-5: 52.203-6 (Alt 1), Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; and 52.222-43, Fair Labor Standards Act and Service Contract Act- Price Adjustment. Other clauses that apply to this solicitation include: 52.217-8, Option to Extend Services (by full text): The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days; 52.217-9, Option to Extend the Term of the Contract (by full text): (a) The Government may extend the term of this contract by written notice to the Contractor within 5 days; provided the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause shall not exceed five years; 52.222-49, Service Contract Act-Place of Performance Unknown; a) This contract is subject to the Service Contract Act, and the place of performance was unknown for four (4) of five (5) iterations for the base year and for all five (5) iterations for the four (4) option years when the solicitation was issued. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by the beginning of each period of performance. (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price; 52.223-5, Pollution Prevention and Right-to-Know Information (by reference); 52.228-5, Insurance - Work on a Government Installation (by reference); 52.232-19, Availability of Funds for the Next Fiscal Year: Funds are not presently available for performance under this contract beyond 30 September 2012. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 30 September 2012 until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer (by full text); 52.233-2, Service of Protest, (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 1st Lt Renee Rausch, Camp Dodge Joint Maneuver Training Center, USPFO-IA-PC, 7105 NW 70th Avenue, Johnston, Iowa, 50131-1824. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (by full text); 52.233-3, Protest After Award (by reference); 52.237-2, Protection of Government Buildings, Equipment and Vegetation (by reference); 252.201-7000, Contracting Officer's Representative (by reference); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (by full text); 252.232-7010, Levies on Contract Payments (by reference), The following clauses are incorporated by reference within 252.212-7001; 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel, 252.243-7002, Request for Equitable Adjustment, 252.247-7023, Transportation of Supplies by Sea, and 252.247-7024, Notification of Transportation of Supplies by Sea. All information relating to this solicitation, including a Statement of Work outlining specifications, submittal requirements, Department of Labor Wage Determination, changes/amendments, questions and answers, will be posted on the Army Single Face to Industry (ASFI) Acquisition Business website: https://acquisition.army.mil. Submit your completed and signed proposal to: Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824 ATTN: SSG Tracy Canada, Contract Specialist at or before 9:00 a.m. local (central) time on 9 July 2012. For information regarding this solicitation contact SSG Tracy Canada at 515-252-4616 or tracy.canada@us.army.mil. You may also contact 1st Lt Renee Rausch at 515-252-4615 or renee.rausch@us.army.mil. Formal communications such as Request for Clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address above. All answers (on a non-attribution basis) will be posted to https://acqusition.army.mil, which will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the e-mail address noted above no later than 5:00 p.m. local (central) time on 2 July 2012. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Point of Contact is SSG Tracy Canada, (515) 252-4616 or tracy.canada@us.army.mil. Alternate Point of Contact is 1st Lt Renee Rausch, (515) 252-4615 or renee.rausch@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-12-Q-0007/listing.html)
- Place of Performance
- Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Avenue Johnston IA
- Zip Code: 50131-1824
- Zip Code: 50131-1824
- Record
- SN02768903-W 20120609/120607235146-968249aeacc6f883687926304b48d7b1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |