SOLICITATION NOTICE
U -- Provide live role players interacting with Soldier audiences to support Soldier reintegration training on Suicide Prevention and Domestic Violence.
- Notice Date
- 7/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- MICC - Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
- ZIP Code
- 76544-5025
- Solicitation Number
- W91151-12-R-0027
- Response Due
- 8/6/2012
- Archive Date
- 10/5/2012
- Point of Contact
- Rebecca Coon, 254-288-0292
- E-Mail Address
-
MICC - Fort Hood
(e.r.coon(e.rebecca)edna.r.coon.civ@mail.mil.)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned 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 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 solicitation is issued as a Request for Proposal (RFP) and the reference number is W91151-12-R-0027. The Offeror must propose on all or none basis. Submission of proposal must be in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-58 dated 18 May 2012. The anticipated award will be a Firm Fixed Price Contract for a period of one year. The NAICS Code is 611699, All Other Schools and Instruction and the size standard is $7 Million. The solicitation will be a competitive Small Disadvantage Veteran-Owned Small Business. Description of requirement: This is a service contract to provide live role players interacting with Soldier audiences to support Soldier reintegration training on Suicide Prevention and Domestic Violence. The live interactive role play training sessions will be approximately 1 1/2 hours three times per day four days per month. The period of performance will be 1 September 2012 through 31 August 2013. Performance Work Statement is Attachment 1. CLIN 0001: ESTIMATED QTY: 1 each Content, Development/Script Writing for Suicide Prevention (SP). Period of Performance 1 September 2012 - 31 August 2013. CLIN 0002: ESTIMATED QTY: 52 Each. Supply and Services -SP. CLIN 0003: ESTIMATED QTY: 1 Each. Travel Expense - SP CLIN 0004: ESTIMATED QTY: 1 Each. Content, Development/Script Writing for Domestic Violence (DV). Period of Performance 1 September 2012 - 31 August 2013. CLIN 0005: ESTIMATED QTY: 52 Each. Supply and Services -DV. CLIN 0006: ESTIMTED QTY: 1 Each. Travel Expenses - DV CLIN 0007: ESTIMATED QTY: 1 Each. Contractor Manpower Report in accordance with paragraph C.5.8 of the Performance Work Statement. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following addenda is provided to this provision: Request for Proposal should be submitted and shall contain the following information: Solicitation Number; Estimated Delivery Time; Name, Address, Telephone Number of offeror, Price, FOB Destination, CAGE code, DUNS number, and acknowledgement of all solicitation amendments. Quotes must indicate unit price and total amount. Offerors that fail to furnish the required information or reject the terms and condition of the solicitation may be excluded from consideration. Paragraphs (d) Product Samples; Paragraph (e) Multiple Offers; and Paragraph (h) Multiple Awards are deleted. 52.212-2, Evaluation - Commercial Items (a) The Government plans to award a contract resulting from this solicitation to the responsible contractor whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: (i) Capability to Perform - The Contractor shall provide a two page information paper on suicide prevention and domestic violence training experience. The paper should include the risks factors and warning signs for suicide prevention and domestic violence. What type of prevention tools that is available, how the past performer/presenter kept the target audience engaged during the performance? What experience do the writers have producing training for the active duty Soldiers, Family members and DA Civilians? Provide list of past experience/performances dealing with suicide prevention and domestic violence. (ii) Past Performance (iii) Price. (b) Only those proposing contractors which are determined by the contracting officer to be technically capable of performing under Factor (i) will be further evaluated under Factors (ii) and (iii). In the next step of evaluating proposals determined under Factor (i) to be technically acceptable, Past Performance is as important as Price. (c) At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with proposing contractors. Each initial proposal should contain the contractor's best terms from both a price and technical standpoint. (d) By submitting a signed proposal under this solicitation, the contractor asserts that it is technically capable of performing the performance work statement and all aspects of this contract. Technical capability to perform represents MINIMUM acceptable criteria. Under this factor, contractors will be determined technically acceptable or unacceptable. Failure to be determined technically under this factor will render the quote to be unacceptable and to not be considered for award. (e) Past Performance information will be used to make a determination of whether the contractor supplying a proposal has a satisfactory record of past performance. Contractors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years with the proposal. Offerors without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this acquisition. Offerors must include a completed copy of 52.212-3 with their offer or register at http://orca.bpn.gov by the closing date of this announcement. The FAR Clause at 52.212-4, Contract Terms and Conditions applies to this acquisition. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. It incorporates the following FAR clauses: 52.222-50, Combating Trafficking in Persons 52.228-5 Insurance -Work on A Government Installation 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). 52.222-3, Convict Labor 52.222-19, Child Labor -- Cooperation with Authorities and Remedies 52.222-21, Prohibition Of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration WAWF Instructions - Army Electronic Invoicing Instructions Special Notice - Notice to DOD Employees and Contractors on Protecting Classified Information and the Integrity of Unclassified Government Information Technology (IT) Systems 5152-233-4000 AMC-Level Protest Program 5152-209-4000 DoD Level I Antiterrorism (AT) Standards The following Clauses and Provisions are incorporated by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full clause may be accessed electronically at this website: http://farsite.hill.af.mil; 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires: Technical Writer $27.51; Instructor $18.59 52.247-34, FOB Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 252.204-7003, Control of Government Work Product 252.204-7004 Alt A, Central Contractor Registration 252.232-7010, Levies on Contract Payments 252.237-7018, Special Definitions of Government Property 252.243-7001, Pricing of Contract Modification 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. It incorporates the following clauses: 252.203-7000, Requirements Relating to Compensation of DOD Officials 252.232-7003, Electronic Submission of Payments and Receiving Reports 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications The Government point of contact for this requirement is Rebecca Coon, who can be reached at 254-288-0292 or email e.r.coon (E. Rebecca) edna.r.coon.civ@mail.mil. Offers shall be submitted to the Mission Installation Contracting Command Fort Hood Contracting Office by 2 PM Central Standard Time on 6 August 2012, to be considered for award. The Department of Defense requires all contractors to register in the Central Contractor Registration (CCR) database to receive any contract award or payment. The CCR website is http://www.ccr.gov. All SDVOSB sources may submit a quote which shall be considered by the Agency. All comments and questions regarding this solicitation shall be submitted in writing and sent to the above email address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6a575b3b315de74e84880a87177c1d61)
- Place of Performance
- Address: MICC - Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX
- Zip Code: 76544-5025
- Zip Code: 76544-5025
- Record
- SN02796079-W 20120708/120706234823-6a575b3b315de74e84880a87177c1d61 (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 |