Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2015 FBO #4880
SOLICITATION NOTICE

U -- Interviewer/Interviewee Course of Instruction - H92244-15-T-0181 - Statement of Work

Notice Date
4/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-15-T-0181
 
Archive Date
4/30/2015
 
Point of Contact
Bryan J. Makuch, Phone: 7578629477
 
E-Mail Address
bryan.makuch@vb.socom.mil
(bryan.makuch@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Combined Synopsis/Solicitation This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-15-T-0181, and a firm fixed price contract is contemplated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80 effective MAR 02 2015 and DFAR DPN 20150326 This procurement is a 100% total small business set aside and the associated North American Industry Classification System (NAICS) code is 611699 with a business size standard of $11.0M. The DPAS rating for this procurement is DO-C9E. The Naval Special Warfare Development Group (NSWDG) has a requirement for an Interview tactics and techniques for both the interviewer and interviewee course of instruction. The requirement is inclusive of base one day course and five additional one day options, if exercised. See Statement of Work for complete detail. Section B - Supplies or Services: CLIN 0001: Interview COI for up to 25 personnel, QTY 1, Unit of Issue: LOT OPTION I CLIN 1001: Interview COI for up to 25 personnel, QTY 1, Unit of Issue: LOT OPTION II CLIN 2001: Interview COI for up to 25 personnel, QTY 1, Unit of Issue: LOT OPTION III CLIN 3001: Interview COI for up to 25 personnel, QTY 1, Unit of Issue: LOT OPTION IV CLIN 4001: Interview COI for up to 25 personnel, QTY 1, Unit of Issue: LOT OPTION V CLIN 5001: Interview COI for up to 25 personnel, QTY 1, Unit of Issue: LOT Period of Performance: CLIN 0001: May 2015 CLIN 1001: TBD CLIN 2001: TBD CLIN 3001: TBD CLIN 4001: TBD CLIN 5001: TBD Location: 472 Polaris St Building 586 Virginia Beach, VA 23461 CLAUSES INCORPORATED BY REFERENCE Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil FAR 52.202-1 Definitions Nov 2013 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 ALT I Restrictions on Subcontractor Sales to the Government Sep 2006 FAR 52.204-7 System for Award Management Jul 2013 FAR 52.204-13 System for Award Management Maintenance Jul 2013 FAR 52.204-16 Commercial Government Entity Code Reporting Nov 2014 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Aug 2013 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.212-1 Instructions to Offerors - Commercial Items Apr 2014 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Dec 2014 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Dec 2014 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Jul 2014 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-8 Utilization of Small Business Concerns Oct 2014 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-35 Equal Opportunity For Veterans Jul 2014 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jul 2014 FAR 52.222-37 Employment Reports On Veterans Jul 2014 FAR 52.222-41 FAR 52.222-50 FAR 52.223-6 Service Contract Act of 1965, as amended Combating Trafficking in Persons Drug-Free Workplace Nov-07 Feb 2009 May 2001 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.228-5 Insurance -- Work on Government Installation Jan 1997 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) May 2014 FAR 52.233-2 FAR 52.233-3 Service of Protest Protest After Award Sept 2006 Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 `FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-29 F.o.b. Origin Feb 2006 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies Dec 2008 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A System for Award Management (52.204-7) Alternate A Feb 2014 DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov 2013 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 2009 DFARS 252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Terrorist Country Dec 2006 DFARS 252.223-7004 DFARS 252.225-7000 Drug-Free Work Force Buy American Act-Balance of Payments Program Certificate Sep 1998 Nov 2014 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec 2012 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012 DFARS 252.225-7012 Preference For Certain Domestic Commodities Feb 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7002 Requests for Equitable Adjustments Dec 2012 DFARS 252.247-7023 Transportation of Supplies by Sea Basic Apr 2014 SOFARS 5652.204-9004 Foreign Persons 2006 SOFARS 5652.237-9000 Contractor Personnel Changes 1998 SOFARS 5652.252-9000 Notice of Incorporation of Section K 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) The source selection process to be used for this acquisition is the lowest price technically acceptable (LPTA) process. The Government will award a contract resulting from this solicitation to the responsible contractor 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: Technical, Past Performance, and Price. Factor 1: Technical - The Offeror shall describe its approach to accomplishing the requirements of the Statement of Work. The Government shall evaluate the offeror's ability to meet the requirement and conform to the specifications in the solicitation based on vendors technical competence and understanding of the requirements in the Statement of Work. Technical Acceptable/Unacceptable Ratings Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. Any offeror's technical submission graded unacceptable will not receive further consideration for award. Factor 2: Past Performance: Past performance submissions shall be evaluated for Relevancy. Relevant contracts are similar to the scope and magnitude of the PWS. All past performance submissions that are considered relevant shall be evaluated for quality. Offers shall provide the name, title and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. Furnish the following information for each contract listed: (i) Company/Division name (ii) Product/Service (iii) Contracting Agency/Customer (iv) Contract Number (v) Contract Dollar Value (vi) Period of Performance (vii) Verified, up-to-date name, address, fax and telephone number of the contracting officer (viii) Comments regarding compliance with contract terms and conditions (ix) Comments regarding any known performance deemed unacceptable to the customer Past Performance Evaluation Ratings Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform Offerors are cautioned that in conducting the past performance assessment, the Government may use data provided in the offeror's proposal and data obtained from other sources. Since the Government may not necessarily interview all of the sources provided by the offerors, it is incumbent upon the offerors to explain the relevance of the data provided. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proving low performance risks rests with the offerors. Note: In the case of an offeror 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 (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." Factor 3: Price: The Government will evaluate the offeror's cost/price quote in order to assess the realism of the proposed cost/price, determine the probable cost to the Government, and to assist in determining the offeror's understanding of the technical requirements. (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). (c) 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. AWARD WILL BE MADE TO THE OFFEROR WITH A TECHNICALLY ACCEPTABLE PROPOSAL WITH THE LOWEST EVALUATED PRICE. FAR 52.217-9 Option to Extend the Term of the Contract Mar 2000 (a) The Government may extend the term of this contract by written notice to the Contractor within 1 day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 1 day before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises the options, 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 1 year. SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer Jan 2005 The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 862-9465 or Christine Anderson at (757)862-9469, address 472 Polaris Street, Bldg 586, Virginia Beach, Virginia 23461-2299. SOFARS 5652.204-9003 Disclosure of Unclassified Information 2007 (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Bryan Makuch - Contract Specialist bryan.makuch@vb.socom.mil PH - 757-862-9477 472 Polaris Street, Bldg 586. Virginia Beach, VA 23461-2299 SOFARS 5652.232-9003 Paying Office Instructions (2005) (a) The Primary Contracting Office Point of Contact is: Bryan Makuch, Contracting Specialist, 472 Polaris Street, Bldg 586. Virginia Beach, VA 23461-2299, bryan.makuch@vb.socom.mil, 757-862-9477. (b) The Administrative Contracting Office Point of Contact is: : Bryan Makuch, Contracting Specialist, 472 Polaris Street, Bldg 586. Virginia Beach, VA 23461-2299, bryan.makuch@vb.socom.mil, 757-862-9477. (c) The Contracting Officer's Representative is: Bryan Makuch, Contracting Specialist, NSWDG, 472 Polaris Street, Bldg 586. Virginia Beach, VA 23461-2299, bryan.makuch@vb.socom.mil, 757-862-9477. (d) Invoice(s) should be forwarded directly to the following designated billing office: Located in block 9 of the SF1449. (e) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, or Block 15 on DD form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office. (f) Payment to the contractor shall be mailed to the following address to be determined before contract award. (g) Special Payment Instructions: None. SOFARS 5652.233-9000 Independent Review of Agency Protests (2005) All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N01K), 472 Polaris Street, Bldg 586, Virginia Beach, VA 23461-2299, bryan.makuch@vb.socom.mil, 757-862-9477., Fax (757) 862-9478. All questions concerning this procurement, either technical or contractual must be submitted to bryan.makuch@vb.socom.mil. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Bryan Makuch at phone number: (757-862-9477) or email at bryan.makuch@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Bryan Makuch by email at bryan.makuch@vb.socom.mil or fax at (757) 862-9478 no later than 12:00 p.m. Eastern Standard Time (EST) on 15 APRIL 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-15-T-0181/listing.html)
 
Place of Performance
Address: 472 Polaris St, Bldg 586, Virginia Beach, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN03689573-W 20150405/150403235146-d46b41e7aa25962e85fd6346b4fdda97 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.