Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2020 SAM #6651
SOLICITATION NOTICE

U -- USAWC Request for Trained Facilitator of LEGO� SERIOUS PLAY� Method and Materials.

Notice Date
2/12/2020 5:20:42 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
W6QM MICC-CARLISLE BARRACKS CARLISLE BARRACKS PA 17013-5072 USA
 
ZIP Code
17013-5072
 
Solicitation Number
W91QF0-20-Q-3000
 
Response Due
2/14/2020 4:30:00 AM
 
Archive Date
02/29/2020
 
Point of Contact
Eric E. Olyphant, Phone: (717) 245-4623
 
E-Mail Address
eric.e.olyphant.civ@mail.mil
(eric.e.olyphant.civ@mail.mil)
 
Description
LEGO� SERIOUS PLAY� Facilitator Training Combined Synopsis/Solicitation for Wargaming Operations Division, Department of Strategic Wargaming Center for Strategic Leadership at the U.S. Army War College (USAWC) Carlisle Barracks, PA.� Contracting Office MICC-Carlisle Barracks 314 Lovell Ave. Carlisle Barracks, PA. 17013 POP: 15 MARCH 2020 � 20 MARCH 2020 Written Electronic Quotes Due:� No Later Than (NLT) 14 February 2020 at 7:30 a.m. EST.� Anticipated Award Date: 25 February 2020 The solicitation number is W91QF0-20-Q-3000.� The solicitation is issued as a Request for Quotation (RFQ) pursuant to FAR 13. CLIN ITEM NO SERVICES - 0001 QUANTITY - 1 LEGO SERIOUS PLAY On-Site Training LEGO� SERIOUS PLAY� Facilitator On-Site Training PSC CD: U008 This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-101 effective 26 October 2018 and Defense Federal Acquisition Regulation Supplement (DFARS).� The complete text of any of the clauses and provisions may be accessed in full text at http://acquisition.gov.� The associated NAICS code for this procurement is 611430 and the small business size standard is $12,000,000.00.� Product Service Code is U008. Written (electronic) quotes are due No Later Than (NLT) 14 February 2020 at 7:30 a.m. EST.� Quotes shall be emailed to the POC�s for this requirement, Contract Specialist Eric Olyphant at eric.e.olyphant.civ@mail.mil and Contracting Officer Larry L. Brown at larry.l.brown9.civ@mail.mil.� All questions shall be submitted via e-mail to the POC�s for this requirement and they will be responded to on an amendment to this solicitation.� Questions should be submitted by 12 February 2020 at 7:30 a.m. EST.� Questions submitted after that date may not be addressed.� To reduce the chance of unfair advantage and protest, TELEPHONE CALLS WILL NOT BE ACCEPTED. PLEASE NOTE: Third Party quotes will NOT be accepted. This action is not being considered for a set-aside at this time. All vendors submitting a quote must be registered in the System for Award Management (SAM). If not already registered with SAM, SAM registration MUST be completed prior to award no later the 21 February 2020 at 7:30 a.m. EST.� Please forward your registration inquiry for review. Please review SUMMARY OF SPECIFIC REQUIREMENTS for detailed award criteria. SUMMARY OF SPECIFIC REQUIREMENTS. 3.1� Prior to the workshop, the Contractor shall: a.� Complete required pre-execution contractual administration. b.� Coordinate with the DSW AO any requirements which cannot reasonably be specifically addressed within the contract document (as applicable, details of:� logistics; setup; IT/room requirements; pre-meetings to discuss training; detailed 4-day training schedule). c.� Complete any administrative requirements such as training, security, and installation access actions (outlined below in item 6). 3.2� During the workshop, the contractor shall provide training for six (6) to ten (10) people and: a.� Materials needed for training to include manuals, handouts, LEGO� materials. b.� Instruction on LSP� history, theories, and research. c.� Instruction and on-hand exercises of basic LSP� techniques. d.� Instruction and on-hand exercises of advanced LSP� techniques and processes (Real Time Strategy and Real Time Identity). e.� Demonstration of facilitation and instruction on the role of the facilitator. f.� Instruction and on-hand exercises for tailoring workshops. g.� Overview of LSP� trademark guidelines. h.� Documentation on proof of training for individual participants who completed training. 3.3� After the workshop, the contractor shall: a.� Complete required post-execution contractual administration (including item 7 below). b.� Provide any included individual post-training support and/or access to LEGO� communities/forums. � 4.0� CONTRACTOR QUALIFICATIONS. 4.1� The contractor(s) must: a.� Recognizing LEGO� Group does not �certify� individual LSP� contractors, provide to the DSW AO any recent Contractor performance recommendations, credentials, or feedback that would be useful in contract execution/evaluation. b.� Complete and pass a National Crime Information Center Interstate Identification Index (NCIC-III) screening, which is necessary to access Carlisle Barracks. 5.0� GOVERNMENT RESPONSIBILITIES. 5.1� The government will provide meeting space, as well as necessary IT equipment for the conduct of the workshop. 5.2� The government will provide to the Contractor a primary and an alternate DSW AO Point Of Contact (POC) for coordination. � 6.0� ANTI-TERRORISM/OPERATIONS SECURITY REQUIREMENTS (AT/OPSEC). 6.1� Anti-terrorism (AT) Level I Training.� All Contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training (online) no later than 15 days before the contract start date or the effective date of incorporation of this requirement into the contract, whichever is applicable, and annual AT Level I awareness training (online) if the Contractor(s) remain over 365 days.� The Contractor shall submit certificates of completion for each affected Contractor employee and subcontractor employee to the COR (or to the Contracting Officer if a COR is not assigned) within 35 calendar days after completion of training by all such employees.� The online training is available at the following website:� https://jkodirect.jten.mil; NON-CAC holders should click on the �Non-CAC users click here (i.e. Family Members, Dependents, Contractors w/o JKO Accounts)� link near the bottom of the page. 6.2� Access and General Force Protection Policy and Procedures.� Contractor shall comply with applicable policies and procedures regarding access to installations and facilities as promulgated by commanders of those entities.� A Government representative will provide these policies to the Contractor.� The Contractor shall also provide all information required for background checks to meet installation access requirements to be conducted by the installation Provost Marshal Office, Director of Emergency Services or Security Office.� Contractor workforce must comply with all personal identity verification requirements as directed by Department of Defense, the Department of the Army, and/or local policy.� In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor security matters or processes. 6.3� Contractor and all associated subcontractor employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB)(Army Directive 2014-05/AR 190?13, applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. 6.4� iWatch Training.� �Guard information about yourself and your job.� Limit discussion and accessibility of any information (written or verbal) that may provide terrorists insights for targeting.� Always use secure means when passing sensitive information and destroy identifiable information.� Be aware of your surroundings.� Write down license numbers of suspicious vehicles; not description of occupants.� Recognize and report unusual or suspicious behavior to your COR or the Carlisle Barracks police at 717-245-4115.� YOU are the first line of defense against terrorism.� 6.5� OPSEC Training.� Per Army Regulation 530-1, Operations Security, new Contractor employees must complete Level I OPSEC training within 30 calendar days of their reporting for duty.� https://securityawareness.usalearning.gov/opsec.� Please contact your Department Training Coordinator for assistance. 7.0� CONTRACTOR MANPOWER REPORTING.� The contractor shall report ALL contactor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the U.S. Army War College via a secure data collection site.� The contractor is required to completely populate all required data fields using the following web address:� http://www.ecmra.mil/.� Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30.� While inputs maybe be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013.� Contractor may direct questions to the help desk at http://www.ecmra.mil. CLAUSES INCORPORATED BY REFERENCE 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights APR 2014 52.204-7 System for Award Management OCT 2018 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier OCT 2018 Subcontract Awards 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-19 Incorporation by Reference of Representations and DEC 2014 Certifications. 52.209-6 Protecting the Government's Interest When Subcontracting OCT 2015 With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic NOV 2015 Corporations 52.212-1 (Dev) Instructions to Offerors - Commercial Items. (DEVIATION OCT 2018 2018-O0018) 52.212-2 Evaluation - Commercial Items OCT 2014 52.212-3 Offeror Representations and Certifications--Commercial OCT 2018 Items 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 52.219-30 Notice of Set-Aside for, or Sole Source Award to, Women- DEC 2015 Owned Small Business Concerns Eligible Under the Women- Owned Small Business Program 52.222-3 Convict Labor JUN 2003 52.222-17 Nondisplacement of Qualified Workers MAY 2014 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2018 52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-40 Notification of Employee Rights Under the National Labor DEC 2010 Relations Act 52.222-43 Fair Labor Standards Act And Service Contract Labor AUG 2018 Standards - Price Adjustment (Multiple Year And Option Contracts) 52.222-44 Fair Labor Standards And Service Contract Labor Standards- MAY 2014 Price Adjustment 52.222-50 Combating Trafficking in Persons JAN 2019 52.222-54 Employment Eligibility Verification OCT 2015 52.223-18 Encouraging Contractor Policies To Ban Text Messaging AUG 2011 While Driving 52.225-25 Prohibition on Contracting with Entities Engaging in Certain AUG 2018 Activities or Transactions Relating to Iran-- Representation and Certifications. 52.232-33 Payment by Electronic Funds Transfer--System for Award OCT 2018 Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-2 Service Of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD SEP 2011 Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD NOV 2011 Officials 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7008 Compliance With Safeguarding Covered Defense Information OCT 2016 Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party OCT 2016 Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information and Cyber OCT 2016 Incident Reporting 252.206-7000 Domestic Source Restriction DEC 1991 252.232-7003 Electronic Submission of Payment Requests and Receiving DEC 2018 Reports 252.232-7010 Levies on Contract Payments DEC 2006 CLAUSES INCORPORATED BY FULL TEXT 52.212-5���� CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS�COMMERCIAL ITEMS (DEVIATION 2018-O0021) (AUG 2019) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records�Negotiation. The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor�s directly pertinent records involving transactions related to this contract. The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clauses of this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b) (1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause� 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). (xiii)(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services- Requirements (May 2014) (41 U.S.C. chapter 67). 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). (xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.252-2����� CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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 text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov (End of clause) 5152.233-4000��� AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, t he protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email u sarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: h ttp://www.amc.army.mil/amc/commandcounsel.html. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7603bcd77f1c4ca4980166736636ec19/view)
 
Place of Performance
Address: Carlisle, PA 17013, USA
Zip Code: 17013
Country: USA
 
Record
SN05560520-F 20200214/200212230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.