MODIFICATION
X -- Provide Facilities and services in support of Reserve Component Captains Career Course.
- Notice Date
- 4/2/2015
- Notice Type
- Modification/Amendment
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-15-R-0038
- Response Due
- 5/4/2015
- Archive Date
- 6/3/2015
- Point of Contact
- Tony Robertson, 210-466-2212
- E-Mail Address
-
MICC Center - Fort Sam Houston (JBSA)
(tony.i.robertson.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a 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; proposals are being requested and no further written solicitation will not be issued. All proposals received prior to 4 May, 2015 at 1:00PM Central Daylight Savings Time (CDT) will be considered by the Government. The solicitation number is W9124J-15-R-0038 and it is issued as a Request for Proposal. Email proposals to Tony.I.Robertson.civ@mail.mil This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation. Only emailed requests received directly from the offerors are acceptable. NAICS code is 531120, size standard $38.5 Million. Additional Information: 1. Offerors must register with the Wide Area Workflow (WAWF). Payment will be made by electronic funds transfer through Defense Finance and Accounting Service (DFAS). The offeror that is awarded the contract must follow the instructions required for electronic submission of invoices on WAWF https://wawf.eb.mil. 2. System For Award Management (SAM) Registration is required in order for an offeror to receive a Government contract, so interested offerors are highly encouraged to register. For more information on this requirement, please visit https://www.sam.gov. If you were registered in CCR and ORCA, your organization's information is already in SAM. However, you are required to set up a SAM account and migrate your CCR roles. 3. Fill out FAR clause 52.212-3 (Offeror Representations and Certifications) or reference to electronic copy of Representation and Certifications on the System for Award Management website (https://www.sam.gov). 4. Submission requirements for all offerors are identified by addendum on FAR Clause 52.212-1. Offeror is directed to pay special attention to FAR Clause 52.212-1 and 52.212-2 when submitting proposal. 5. Offers will be evaluated as identified in FAR Clause 52.212-2, incorporated into this solicitation. 6. PROPOSALS MUST INCLUDE OFFEROR'S TAX ID AND CAGE CODE NUMBER. 7. General Information: The following requirement is to support the Captain's Carrer Course to provide support in accordance with the Attached Performance Work Statement (PWS) dated 31 March 2015 covering the base period and four options, from 1 Jun 2015 through 22 June 2020: Only one course is scheduled per 12-month period of performance. See attached Bid Schedule. 8. The Point of Contact for submission of offers is Mr. Tony Robertson, Contract Specialist email: Tony.I.Robertson.civ@mail.mil. 9. Questions must be submitted no later than April 10, 2015 at 3:00 PM CDT via email to Tony.I.Robertson.civ@mail.mil. Proposal must be submitted no later than 4 May, 2015 at 1:00 PM CDT. 10. Points of contact: Contract Specialist: Tony Robertson, tony.i.robertson.civ@mail.mil, (210) 466-2212. Contracting Officer: Maria Cachola, maria.d.cachola.civ@mail.mil. (210) 466-2207. CLAUSES INCORPORATED BY REFERENCE The following provisions and clauses apply to this acquisition and can be viewed in full text at http://farsite.hill.af.mil/vffara.htm 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.204-7 System for Award Management JUL 2013 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-13 System for Award Management Maintenance JUL 2013 52.212-1 Instructions to Offerors--Commercial Items APR 2014 52.212-3 Offeror Representations and Certification--Commercial Items MAY 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2014 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items JUN 2014 52.219-1 52.219-27 52.219-28Small Business Program Representations Notice of Service Disabled Veteran-Owned Small Business Set-Aside Post-Award Small Business Program RerepresentationAPR 2012 Nov 2011 APR 2012 52.222-17 Nondisplacement of Qualified Workers MAY 2014 52.222-27 Affirmative Action Compliance Requirements for Construction FEB 1999 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. DEC 2012 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.232-1 Payments APR 1984 52.233-2 Service Of Protest SEP 2006 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 252.203-7001 252.204-7004Requirements Relating to Compensation of Former DoD Officials Prohibitions on Persons Convicted of Fraud or other Defense-Contract-Related Felonies Alternate A, System for Award ManagementSEP 2011 DEC 2008 FEB 2014 252.204-7006 Billing Instructions OCT 2005 252.204-7012 Safeguarding of unclassified controlled technical information NOV 2013 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country MAR 2014 252.209-7998 (Dev) Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law MAR 2012 252.209-7999 (Dev) 252.225-7001 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation) Buy American and Balance of Payments Program BasicJAN 2012 NOV 2014 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns SEP 2004 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area Workflow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 252.237-7023 Prohibition on Interrogation of Detainees by Contractor Personnel Continuation of Essential Contractor Services JUN 2013 OCT 2010 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 5152.233-4000 AMC-LEVEL PROTEST PROGRAM SEP 2011 The full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a 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. The following factors shall be used to evaluate offers: (b) Submission of offers. The proposal shall consist of two separate parts (Technical and Price) as listed below. (c) Award will be made to one (1) offeror on the basis of the lowest priced proposal meeting the technical acceptability standard in accordance with FAR 13.106-3. The Government intends to award without discussions with respective offerors. Therefore, the Offeror's initial proposal should contain the best terms from a price and technical standpoint. The Government, however, reserves the rights to conduct discussions if deemed in its best interest. (d) The evaluation process shall proceed as follows: 1. Technical Acceptability: The Government shall evaluate the offeror's technical proposal In Accordance With (IAW) Section 5 of the PWS, and the ability to fulfill the requirements within a10 mile radius of Ft Sam Houston, on an Acceptable/Unacceptable basis. 2. Price: Award will be made to the offeror that proposes the lowest price and is determined to be technically acceptable. The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers. 3. Past Performance: Past Performance will be evaluated based on information obtained using internal systems. Offerors are not required to submit Past Performance information. The Government will use information obtained using other sources, such as the Past Performance Information Retrieval System (PPIRS) or similar systems. The offeror will either be deemed acceptable or non-acceptable in this area. Any offeror which has no relevant Past Performance will be deemed acceptable. 4. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) Procedures: All offerors will be required to prepare and submit their complete proposal submission in accordance with the proposal preparation instructions in Provision 52.212-1 of this request for proposal. Proposals and other information will be evaluated against the evaluation criteria stated in this provision. (e) Evaluation Factors 1. Technical - Factor 1 (Limit to 10 pages) a. Lodging, Classroom and Auditorium space available. b.Facilities shall be within a 10 mile radius of Ft Sam Houston. c.Lodging shall be available Not Later Than (NLT) 0800hrs on 14 June 15. 2. Price - Factor 2 (No page limit) a. Factor Assessment: This criterion evaluates the overall price to determine if the proposed price is fair and reasonable. The Government may determine an offer unacceptable if the proposed prices are materially unbalanced which is defined as significantly understated or overstated in relation to the actual cost of that work or when the price is determined not to be fair and reasonable. b. Ratings: Price proposals will be evaluated, but not rated. c. Description of factor: The Government will evaluate offers for award purposes by adding the total price for all option periods to the total price for the basic requirement. 3. Past Performance - Factor 3 a. The Government will use information obtained using sources such as the Past Performance Information Retrieval System (PPIRS) or similar systems. b. The offeror will either be deemed acceptable or non-acceptable in this area. Any offeror which has no relevant Past Performance will be deemed acceptable. (End of provision) 52.216-1 The Government contemplates award of a Firm Fixed Price (FFP) contract resulting from this solicitation. (Apr 1984) (End of Provision) 252.209.7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-000005) (DEC 2014) (a) In accordance with sections 7 44 and 7 45 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Attachment 1 titled quote mark Bid Schedule quote mark. Attachment 2 titled quote mark PWS quote mark. PERFORMANCE WORK STATEMENT Reserve Component (RC) Captains' Career Course (CCC) 31 March 2015 1.GENERAL.The U.S. Army Medical Department Center & School Leader Training Center at Fort Sam Huston annually hosts the Reserve Component Captains Career Course, Population: United States Army National guard and United States Army Reserve. Male and female population mixed ranks. Rank of Officers Lieutenant (0-1) through Colonel (0-6), majority being below the rank of Major (0-4). Due to the limitations of billets and facilities on Fort Sam Houston during the required time frame, the course must be off site and within 10 miles of Ft. Sam Houston due to the restriction of missing 4 hours of POI time will result in a drop from the course. 1.1.BACKGROUND. Train officers to lead company or equivalent-sized organizations and serve successfully in U.S. Army staff positions. Additionally, prepare them for subsequent assignments by providing an opportunity to learn the leader, tactical, and technical tasks-including supporting knowledge and skills-necessary to support the Joint Team across the full spectrum of military medical operations. 1.2. SCOPE OF WORK. The Contractor will provide all facilities and services addressed in Para. 5. Specific Tasks. 1.2.1.The RC CCC will be held in June for at least thirteen days (beginning with afternoon of report date and ending with morning of graduation date - account for one day) and no more than twenty-one days. 1.2.2.The estimated attendance of the RC CCC course will be up to 415 but no more than 480 based on the Army Training Requirements and Resources System. 1.2.3.The Contractor shall comply with all applicable laws, rules and regulations. 1.3. SECURITY REQUIREMENTS:The Contractor shall be responsible for the security of all Soldier information. 1.3.1 Security. Work under this task order is UNCLASSIFIED. The contractor shall comply with all applicable Department of Defense (DOD) security regulations and procedures during the performance of this contract. The contractor shall not disclose and must safeguard procurement sensitive information, computer systems and data, Privacy Act data, and Government personnel work products that are obtained or generated in the performance of this contract. This includes dissemination of protocols and papers not generally available through the public literature. 1.4. Contract Personnel 1.4.1.Appropriate Conduct. Contractor shall conform to standards of conduct and code of ethics, which are consistent with those applicable to Government employees as provided for in the Joint Ethics Regulation 5500.7.R. 1.4.2.Safety Requirements. The contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and supplies from damage and loss. 1.4.3.Contractor personnel shall read, write and speak English fluently. 1.5. Quality Control/Quality Assurance: The Contractor is responsible for all quality control to assure the requirements of the contract are provided as specified. The Government will evaluate the contractor's performance. The Contractor's management shall ensure that employees properly comply with the performance standards outlined in the PWS. Contractor employees will perform independent of and without the supervision of any Government official. Actions of Contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. 1.6. Period of Performance: Base Year - 5 June 2015 - 4 June 2016 Option Year 1- 5 June 2016 - 4 June 2017 Option Year 2- 5 June 2017 - 4 June 2018 Option Year 3- 5 June 2018 - 4 June 2019 Option Year 4- 5 June 2019 - 4 June 2020 Tentative Class dates are as follows: Base PeriodSunday, 14 June 2015 through Saturday, 27 June 2015 Option 1Sunday, 12 June 2016 through Saturday, 25 June 2016 Option 2Sunday, 11 June 2017 through Saturday, 24 June 2017 Option 3Sunday, 10 June 2018 through Saturday, 23 June 2018 Option 4Sunday, 09 June 2019 through Saturday, 22 June 2019 1.7. Contracting Officer's Representative. 1.7.1. The Contractor will receive a copy of the COR written designation which will specify the extent of the COR's authority to act on behalf of the Contracting Officer. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of the contract unless prior approval is obtained from the Contracting Officer. 1.8. Meetings. The Contractor's representative may be required to meet with the Contracting Officer as determined necessary. The Government will schedule meetings, but the Contractor may request a meeting be held when there is a discrepancy between the Contractor and the Contracting Officers Representative (COR) regarding performance. 1.9. Quality Control. The contractor shall provide a copy of their Quality Control Plan to the Contracting Officer for approval no less than 30 calendar days after contract award. 2. DEFINITIONS AND ACRONYMS. CORContract Officer Representative - An individual designated in accordance with subsection 201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized In writing by the contracting officer to perform specific Technical or administrative functions PWSPerformance Work Statement QUALITY ASSURANCEThose actions taken by the Government to check Goods or services to determine that they meet the Requirements of the contract QULAITY CONTROLThose actions taken by the contractor to control the production of goods or services so that they will Meet the requirements of the contract. 3.GOVERNMENT FURNISHED ITEMS AND SERVICES: N/A 4.CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work. 4.1 Contractor Administrative Support Requirement: Contractor facility staff will be available during in-processing to assign lodging, keys, meal cards, provide move-in / move-out / housekeeping / linen distribution/maintenance / laundry computer access instructions, and offer orientation to students with regards to the campus, meals, parking, recreational facility, security and mail services. Contractor facility staff will also be available throughout the course to address administrative issues with government staff. 4.2. Furnish facility and equipment necessary to meet the requirements for the provision of services established under the terms of this contract. 5.SPECIFIC TASKS. 5.1. Lodging Information: Contractor shall provide housing for up to 480 Officers. Contractor shall provide all double occupancy rooms, with a minimum capability to house 25% (100) of the students in single occupancy rooms due to their higher rank. Contractor shall note that male and female lodging shall be separate. Furthermore, Contractor shall note that there exists the possibility of a student married to a student, warranting the need for mixed population occupancy. Contractor shall provide lodging space within a quarter to half mile of the classroom/meeting areas. Furthermore, lodging space shall be within a quarter mile of the location of the eating establishment for all three meals: breakfast, lunch, and dinner. Contractor shall provide air conditioned lodging units and have fans available if necessary. Contractor shall note that it shall provide one single billet room for staff to stay at the institution for Staff Duty purposes throughout the specified period of time. 5.1.1. Housekeeping and Maintenance Requirement: Contractor shall provide pillow, blanket, and one full set of linens (pillowcase, bed sheets, washcloth, and towels). Daily towel exchange should be available in or near the lodging area with hour's convenient to class schedule. Sheet exchange with the same hours as towel exchange should be offered at least one time during the course, with emergency exchange available if needed. Contractor shall ensure all pest control measure have been taken prior to arrival of students. Provide hotel-like housekeeping service at least once during course, preferably at midpoint. Must have 24-hour room maintenance for emergencies and 24-hour response time for non-emergency maintenance issues. 5.1.2.Meal Requirement: Food service for attendees, including three meals per day (breakfast, lunch, dinner). Meal service to start with evening meal on Sunday, 14 June 2015 and to conclude with breakfast on Saturday, 27 June 2015 (Dates for options to be announced). Location of eating establishment must be within a quarter to half mile of both the billeting and classroom/meeting rooms to accommodate the training schedule and lack of transportation assets. All meals shall have vegetarian and kosher/ ethnically acceptable options. A morning and afternoon snack break shall be provided near the lecture halls and classrooms at the requested time. Snacks should include typical refreshment foods, not limited to fresh fruit, pastries and beverages. Quantity must be sufficient so that all students are able to partake. For local students who are not residing on campus, request the ability to pay cash for meals. Mealtime must be agreed upon by the course staff and institution staff to ensure minimal negative impact to training time. Instructors shall receive a meal card for dinner on in-processing day 14 June 2015 (Dates for options to be announced). Instructors on duty over night shall receive meal cards for dinner of that day, breakfast, and lunch of the following day. Furthermore, meal cards shall be made available to all instructors for lunch. 5.1.3.Classroom Space requirement: Sixteen (16) classrooms to instruct roughly 40 students each of some variant, not to exceed 16 classrooms. Half (eight) of the classrooms need to be set up with desks so students may take notes during lectures. The remaining half of the classrooms may need to be arranged with tables for maps and chairs around the tables to conduct the group work/practical exercises. Prefer to have the classrooms designated in pair's adjacent to each other, with one of each pair set up with desks for lectures and the other set up with tables for maps. Classrooms shall be air-conditioned fans will be made available if necessary. 5.1.4.Auditorium Space Requirement: Required auditorium - style meeting space to accommodate up to 480 students and fifteen staff members during the course to include opening ceremonies on Monday 14 June 2015 and closing ceremonies on Saturday 27 June 2015 (Dates for options to be announced). A second auditorium with a capacity of 240 to be used in addition to the larger auditorium when the group is divided for training. Auditorium must have air conditioner. 5.1.5.Audiovisual Requirement: Each classroom and the auditoriums must have Power Point LCD projector capability, a lectern, a screen, an overhead projector, and white boards and/or chalkboards in each classroom. Auditoriums shall be air-conditioned and be equipped with microphones. Contractor's technical support staff must be on-site during use. 5.1.6.In-processing Area Requirement: Space to set up 15 tables for individual stations, space for height and weight measurement, and two private areas for individual counseling. Need internet connectivity, power outlets for computers and printers, and access to a copy machine, fax, and phone. Need tables, chairs, and dividers for this. This area can be the auditorium, gymnasium or other suitable building. Area must be available and ready for operation one day prior to Sunday, 14 June 2015 (dates for options to be announced). Area will be used for in-processing only, unless this area shall also serve as the requirement to furnish and Administrative Room area for the duration of the course. 5.1.7.Administrative Room Requirement: For the duration of course, required room to be used as an administrative area/message center to accommodate incoming messages, allow telephone calls and faxes to be received and sent. Room must be equipped with outlet capability for a copier, dedicated telephone and fax lines, internet connectivity and space for staff work. Need space for at least 4 distinct areas and meeting area for staff of 15. Equip with four long tables with chairs. 5.1.8.Medical Screening Room Requirement: Required space near the administrative room that allows privacy so that a medical care professional can hold sick call on an as-needed basis during the class. 5.1.9.Laundry Facilities Requirement: Contractor shall furnish laundry facilities within a quarter to a half mile of billeting available for students to use at their own expense, unless free to the student. 5.1.10.Computer Access Requirement: Contractor shall furnish sufficient computers to allow access for students when not in class. This area may be the library or a computer room within a building such as the student center. Contractor shall also provide WiFi technology/ internet connectivity in the students' rooms for students to utilize their personal computers. 5.1.11.Parking Passes Requirement: Students and DoD faculty and course staffs require access and parking passes to park privately owned vehicles during the course. Two (2) VIP/reserved spaces for course visitors shall be provided. Provide reserve parking passes for all instructions. 5.1.12.Recreational Facilities Requirement: The Contractor shall provide the RC CCC exclusive access to the track and field on measured track to perform physical fitness test for the 2-mile run and also a large, flat area to be used for push-ups and sit-ups. Track and flat area must have lights on by 0415 (4:15 AM) due to the early morning time scheduled for the Army Physical Fitness Test. The contractor will ensure that the sprinkler system will not commence between the hours of 0200 and 0800 (2:00 AM and 8:00 AM.) Contractor shall ensure all pest control measures (i.e. Fire ants) have been taken prior to arrival of students. Students shall have access to indoor and outdoor fitness area including pool facilities during non-class time. 5.1.13. Out-processing Area: The Contractor shall provide two administration rooms preferably in two separate buildings to reduce congestion while out processing all 480 Officers on 27 June 2015 (Dates for options to be announced). The rooms shall have separate entrance and exit to provide smooth transition. The room shall also be equipped with at least six long tables with chairs. 5.1.14.Security Requirement: Contractor shall provide 24 hour safety and security staff services. Facility staff will coordinate the opening and closing of the assigned meeting facilities. 5.1.15.Mail Service Requirements: Students shall have the ability to receive mail and package delivery during the course. Mailing address must be available no later than 60 days prior to course start. 6.DELIVERABLES PERFORMANCE REQUIREMENTS SUMMARY PERFORMANCE REQUIREMENTPERFORMANCE STANDARDMethod of MeasurementPERFORMANCE METRICS Task 5.1. Lodging/ Housekeeping and maintenanceRooms shall be clean with working fixtures. Clean serviceable linen provided to students as needed. Insect free.Student complaints. Response time of ContractorThere shall be no more than three complaints pertaining to the stated performance standard. Task 5.1.2. Meals will be provided. Snacks, morning and afternoon, will be served in the vicinity of the classrooms.Meals will be available at specified times. Meals will be prepared daily and served hot if applicable. Snacks will be available at specified times TBD be staff. Sufficient snacks available so that each student may partake.Student of staff complaints. Response time of Contractor. There shall be 100% compliance. All meals including snacks will be available at the specified time.There shall be no more than 1 complaint TASK 5.1.3. Classrooms shall be air-conditioned and fans will be made available if necessary.Appropriate temperature to maintain computers and comfort of students in auditoriums, classrooms, and lodging.Student and staff complaints. Response time of Contractor.There shall be no more than three complaints pertaining to the stated performance standard. Task C.5.1.4. Classroom spaceClassroom accommodation for at least 40 students each or some variant, not to exceed 12 classrooms.Student and staff complaints. Response time of ContractorNo deviation to the set performance standard is acceptable because of the critical nature of this item. There shall be no more than 1 complaint. 7. CONTRACTOR MANAGEMENT REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for the performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's 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 cost; (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 shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 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 system 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. 8. SRCC-W WAWF Electronic Invoicing Instructions (Sep 06) Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. ___X___ Wide Area Workflow (WAWF) (see instructions below) ______ Other (please specify)____________________________ DFAS POC and Phone: Customer Service @ 1-800-553-0527 WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors using WAWF shall (i) register to use WAWF-RA at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the Central Contractor Registration site https://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS)-Rome, 325 Brooks Road, ATTN: ROVP, Rome, NY 13441-4527 at 1-800-553-0527 or faxed to 1-877-575-3332 (ATTN: Vendor Pay - Rome). Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS website at https://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT _______ Construction Invoice (Contractor Only) ___X____ Invoice as 2-in-1 CAGE CODE: ISSUE BY DODAAC: ADMIN BY DODAAC: INSPECT BY DODAAC: ACCEPT BY DODAAC: SHIP TO DODAAC: PAYMENT OFFICE FISCAL STATION CODE: E-MAIL POINTS OF CONTACT LISTING: (Ensuring all e-mail addresses listed below are included with the contractor's WAWF invoice to ensure timely receipt and processing.) INSPECTOR: ACCPETOR: RECEIVING OFFICE POC: CONTRACT SPECIALIST: CONTRACTING OFFICER: ADDITIONAL CONTACT: W9124J-15-R-0038 Captain's Career Course BID Schedule ServicesQuantityUnit of IssueUnit PriceTotal Price CLIN 0001 Reserve Component Captain's Career Course - US Army Reserve (USAR) Base Period (Class Dates 14 June 15 - 27 June15) This CLIN is for 255 USAR personnel. CLINs 0001 and 0002 combined provide the minimum of 415 personnel for this class period. Additional personnel can be added under CLIN 0003 for USAR and 0004 for USANG as needed, Not to Exceed (NTE) 480 total personnel for this class. Firm Fixed Price CLIN 255Job CLIN 0002 Reserve Component Captain's Career Course - US Army National Guard (USANG) Base Period - Class Dates 14 June 15 - 27 June15 This CLIN is for 160 USANG personnel. CLINs 0001 and 0002 combined provide the minimum of 415 personnel for this class period. Additional personnel can be added under CLIN 0003 for USAR and 0004 for USANG as needed, Not to Exceed (NTE) 480 total personnel for this class. Firm Fixed Price CLIN 160Job CLIN 0003 Reserve Component Captain's Career Course-US Army Reserve (USAR) Base Period - Class Dates 14 June 15 - 27 June15 This CLIN is to add additional USAR personnel to this class as needed, Not to Exceed (NTE) 40 personnel. Firm Fixed Price CLIN 40Each CLIN 0004 Reserve Component Captain's Career Course - US Army National Guard (USANG) Base Period - Class Dates 14 June 15 - 27 June15 This CLIN is to add additional USANG personnel to this class as needed, Not to Exceed (NTE) 25 personnel. Firm Fixed Price CLIN 25Each CLIN 0005 Contract Manpower Reporting Base Period1EachNSPNSP CLIN 1001 Reserve Component Captain's Career Course - US Army Reserve (USAR) Option Period 1 - Class Dates 12 June 16 - 25 June 16 This CLIN is for 255 USAR personnel. CLINs 1001 and 1002 combined provide the minimum of 415 personnel for this class period. Additional personnel can be added under CLIN 1003 for USAR and 1004 for USANG as needed, Not to Exceed (NTE) 480 total personnel for this class. Firm Fixed Price CLIN 255Job CLIN 1002 Reserve Component Captain's Career Course - US Army National Guard (USANG) Option Period 1 - Class Dates 12 June 16 - 25 June 16 This CLIN is for 160 USANG personnel. CLINs 1001 and 1002 combined provide the minimum of 415 personnel for this class period. Additional personnel can be added under CLIN 1003 for USAR and 1004 for USANG as needed, Not to Exceed (NTE) 480 total personnel for this class. Firm Fixed Price CLIN 160Job CLIN 1003 Reserve Component Captain's Career Course - US Army Reserve (USAR) Option Period 1 - Class Dates 12 June 16 - 25 June 16 This CLIN is to add additional USAR personnel to this class as needed, Not to Exceed (NTE) 40 personnel. Firm Fixed Price CLIN 40Each CLIN 1004 Reserve Component Captain's Career Course - US Army National Guard (USANG) Option Period 1 - Class Dates 12 June 16 - 25 June 16 This CLIN is to add additional USANG personnel to this class as needed, Not to Exceed (NTE) 25 personnel. Firm Fixed Price CLIN 25Each CLIN 1005 Contract Manpower Reporting Option Period 11EachNSPNSP CLIN 2001 Reserve Component Captain's Career Course - US Army Reserve (USAR) Option Period 2 - Class Dates 11 June 17 - 24 June 17 This CLIN is for 255 USAR personnel. CLINs 2001 and 2002 combined provide the minimum of 415 personnel for this class period. Additional personnel can be added under CLIN 2003 for USAR and 2004 for USANG as needed, Not to Exceed (NTE) 480 total personnel for this class. Firm Fixed Price CLIN 255Job CLIN 2002 Reserve Component Captain's Career Course - US Army National Guard (USANG) Option Period 2 - Class Dates 11 June 17 - 24 June 17 This CLIN is for 160 USANG personnel. CLINs 2001 and 2002 combined provide the minimum of 415 personnel for this class period. Additional personnel can be added under CLIN 2003 for USAR and 2004 for USANG as needed, Not to Exceed (NTE) 480 total personnel for this class. Firm Fixed Price CLIN 160Job CLIN 2003 Reserve Component Captain's Career Course - US Army Reserve (USAR) Option Period 2 - Class Dates 11 June 17 - 24 June 17 This CLIN is to add additional USAR personnel to this class as needed, Not to Exceed (NTE) 40 personnel. Firm Fixed Price CLIN 40Each CLIN 2004 Reserve Component Captain's Career Course - US Army National Guard (USANG) Option Period 2 - Class Dates 11 June 17 - 24 June 17 This CLIN is to add additional USANG personnel to this class as needed, Not to Exceed (NTE) 25 personnel. Firm Fixed Price CLIN 25Each CLIN 2005 Contract Manpower Reporting Option Period 21EachNSPNSP CLIN 3001 Reserve Component Captain's Career Course - US Army Reserve (USAR) Option Period 3 - Class Dates 10 June 18 - 23 June 18 This CLIN is for 255 USAR personnel. CLINs 3001 and 3002 combined provide the minimum of 415 personnel for this class period. Additional personnel can be added under CLIN 3003 for USAR and 3004 for USANG as needed, Not to Exceed (NTE) 480 total personnel for this class. Firm Fixed Price CLIN 255Job CLIN 3002 Reserve Component Captain's Career Course - US Army National Guard (USANG) Option Period 3 - Class Dates 10 June 18 - 23 June 18 This CLIN is for 160 USANG personnel. CLINs 3001 and 3002 combined provide the minimum of 415 personnel for this class period. Additional personnel can be added under CLIN 3003 for USAR and 3004 for USANG as needed, Not to Exceed (NTE) 480 total personnel for this class. Firm Fixed Price CLIN 160Job CLIN 3003 Reserve Component Captain's Career Course - US Army Reserve (USAR) Option Period 3 - Class Dates 10 June 18 - 23 June 18 This CLIN is to add additional USAR personnel to this class as needed, Not to Exceed (NTE) 40 personnel. Firm Fixed Price CLIN 40Each CLIN 3004 Reserve Component Captain's Career Course - US Army National Guard (USANG) Option Period 3 - Class Dates 10 June 18 - 23 June 18 This CLIN is to add additional USANG personnel to this class as needed, Not to Exceed (NTE) 25 personnel. Firm Fixed Price CLIN 25Each CLIN 3005 Contract Manpower Reporting Option Period 31EachNSPNSP CLIN 4001 Reserve Component Captain's Career Course - US Army Reserve (USAR) Option Period 4 - Class Dates 09 June 19 - 22 June 19 This CLIN is for 255 USAR personnel. CLINs 4001 and 4002 combined provide the minimum of 415 personnel for this class period. Additional personnel can be added under CLIN 4003 for USAR and 4004 for USANG as needed, Not to Exceed (NTE) 480 total personnel for this class. Firm Fixed Price CLIN 255Job CLIN 4002 Reserve Component Captain's Career Course - US Army National Guard (USANG) Option Period 4 - Class Dates 09 June 19 - 22 June 19 This CLIN is for 160 USANG personnel. CLINs 4001 and 4002 combined provide the minimum of 415 personnel for this class period. Additional personnel can be added under CLIN 4003 for USAR and 4004 for USANG as needed, Not to Exceed (NTE) 480 total personnel for this class. Firm Fixed Price CLIN 160Job CLIN 4003 Reserve Component Captain's Career Course - US Army Reserve (USAR) Option Period 4 - Class Dates 09 June 19 - 22 June 19 This CLIN is to add additional USAR personnel to this class as needed, Not to Exceed (NTE) 40 personnel. Firm Fixed Price CLIN 40Each CLIN 4004 Reserve Component Captain's Career Course - US Army National Guard (USANG) Option Period 4 (Class Dates 09 June 19 - 22 June 19) This CLIN is to add additional USANG personnel to this class as needed, Not to Exceed (NTE) 25 personnel. Firm Fixed Price CLIN 25Each CLIN 3005 Contract Manpower Reporting Option Period 41EachNSPNSP TOTAL POC: Tony Robertson Email: tony.i.robertson.civ@mail.mil Phone: (210) 466 2212
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/786050b9711ce4159f9e534deb55d1cf)
- Place of Performance
- Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, Fort Sam Houston TX
- Zip Code: 78234-1361
- Zip Code: 78234-1361
- Record
- SN03687331-W 20150404/150403000017-786050b9711ce4159f9e534deb55d1cf (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 |