이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[미국] Surreptitious Entry Training
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2017.08.03
원본

 

공고명: Surreptitious Entry Training

게시일: 2017/08/02

마감일: 2017/08/15

수행지역: 미국

카테고리: 31 - 제조부품

 

공고내용


Solicitation Number :

H92239-17-T-0017


Notice Type :

Combined Synopsis/Solicitation

 

Synopsis :


Added: Aug 01, 2017 3:18 pm
**SEE ATTACHED DOCUMENTS** SOURCES SOUGHT CROSS-REFERENCE IS H92239-17-T-SRET (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation document, H92239-17-T-0017, is issued as a Request for Quote (RFQ). (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-95, effective January 19, 2017. (iv) This requirement is 100% set-aside for Small Businesses and only qualified vendors may submit offers. Offers received from other than Small Businesses will be rejected. The North American Classification System (NAICS) code is 611699, "All Other Miscellaneous Schools and Instruction", with a size standard of $11,000,000 dollars. This solicitation is issued under Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. (v) Prices shall be listed for each Contract Line Item Number (CLIN) of this RFQ. The following is a list of the associated CLINs: Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE MAXAMOUNT0001 1 Each Surreptitious Entry Training FFPThe Contractor shall provide all parts, labor, tools, equipment, materials, and supervision necessary to provide one (1) Surreptitious Entry Training course in accordance with the Performance Work Statement, and all terms and conditions of the contract. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0002 1 Each Contractor Manpower ReportingFFPThe contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the United States Army Special Operations Command via a secure data collection site. The Contractor is required to completely fill in 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 may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2017. Contractors may direct questions to the help desk at: http://www.ecmra.mil/. (vi) This requirement is to provide a Program of Instruction (POI) and training equipment for a Surreptitious Entry Training course for the Regimental Reconnaissance Company (RRC). The course provides advanced-level entry techniques and skills necessary to hone each Operator's skillset and, ultimately, ready to conduct a variety of contingency mission sets. The course is broken down into three phases: simple lock picking progressing to key generation, "raking" locks and pad lock defeat. The contractor shall provide the required training support in accordance with the specific mission requirements identified in the Performance Work Statement (PWS). The Government anticipates that there will be one (1) training course conducted from 16-20 October 2017. Please refer to the attached PWS. (vii) All classroom training (introduction to strip and decode, key generation, key impressioning, PACE Planning, Multi-method lock defeats) will be conducted on Fort Benning, GA at the RRC compound. Close Target Reconnaissance (CTR), lock defeat, and executing sites will occur in Columbus, GA. (viii) Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-1, INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS 1. Replace paragraph (b) entitled "Submission of offers" with the following instructions:(b) Submission of Offer. Submit signed and dated offer to the address identified below at or before the exact time specified in this solicitation. Paper/hard copy offers will not be accepted. E-mailed proposal is requested, and shall be submitted to carrie.nelson@socom.mil. Proposal must contain the following sequential order:VOLUME 1 - Technical Capability. TAB A - Factor 1: Technical Capability: The Contractor shall provide: (i) Subfactor 1: Technical Understanding. The Offeror shall provide a narrative that demonstrates its understanding to meet the curriculum, expertise, and scheduling functions associated with the required training course in accordance with the Performance Work Statement (PWS) for this contract. (a) To further demonstrate the Offeror's understanding, the Offeror shall provide a sample of a program of instruction (POI) that it has previously produced. This document will not be included in the page count for Volume 1. (ii) Subfactor 2: Technical Experience. The offeror shall demonstrate relevancy of corporate experience and core competency in conducting the required training. The Government will evaluate each offerors organizational experience on the basis of it depth and its relevance to the work that will be required under the resultant contract. TAB B - Completed Pricing. TAB C - Acknowledgment of Solicitation Amendments. The offeror must submit a statement to acknowledge solicitation amendments, if applicable. TAB D - Representations and Certifications. The offeror must complete and submit the required representations and certifications in accordance with FAR 52.212-3 Alt I and DFARS 252.212-7000. 2. Replace paragraph (c) entitled "Period of acceptance of offers" with the following instructions:(c) Period of acceptance for offers. The offeror agrees to hold the prices in its offer firm for 90 days from the date specified for receipt of offers. 3. Replace paragraph (e) entitled "Multiple offers" with the following instructions: (e) Multiple offers. Offerors shall submit only one offer presenting the terms and conditions or commercial items for satisfying the requirements of this solicitation. 4. Replace paragraph (h) entitled "Multiple Awards" with the following: (h) Multiple awards. The Government will award on an "all or none" basis. 5. The chart below provides the specific information required for each volume: VolumeTitle Format Number Of Copies Maximum Page LimitVolume I Technical Capability MS Word 2010 or earlier 1 electronic copy5 page count includes: (8.5 x 11 inch paper); Printing shall be easily readable (12-pitch type.) (End of provision) (ix) Provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. ADDENDUM TO FAR 52.212-2, EVALUATION--COMMERCIAL ITEMS (OCT 2014)(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: BASIS FOR AWARD - BEST VALUE, LOWEST PRICE TECHNICALLY ACCEPTABLE Basis of Award: A Lowest Price Technically Acceptable (LPTA) approach will be used; the evaluation criteria are described herein. The policies and procedures under the Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, in conjunction with FAR Subpart 13, Simplified Acquisition Procedures, will be utilized for this procurement. The Award decision will be based on Lowest Price Technically Acceptable (LPTA). The Government will award a contract resulting from this solicitation to the responsible Offeror whose quote conforming to the solicitation will be most advantageous to the Government. EVALUATION CRITERIA The Government will use the criteria set forth below to evaluate and select the awardee. To be considered technically acceptable, Offeror must demonstrate the capability to provide the requirements set forth in the PWS. The Government will not roll up subfactors for an overall Factor 1 rating. In order to be considered awardable, there must be an "acceptable" rating in every technical subfactor. Acceptability will be based on the following: Evaluation Criteria. Evaluation criteria consist of two (2) evaluation factors. The quotes will be evaluated under the following evaluation factors: Factor 1: Technical Capability Subfactor 1: Technical UnderstandingSubfactor 2: Technical ExperienceFactor 2: Price Assigning Ratings: The Technical Capability Factor will be assigned one of the ratings defined below. The Government will not roll up subfactors for an overall Factor 1 rating. In order to be considered for award, there must be an "acceptable" rating in every technical subfactor. Table A-1. Technical Acceptable/Unacceptable RatingsRating DescriptionAcceptable Proposal clearly meets the minimum requirements of the solicitation.Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. Factor 1 - Technical Capability. Subfactor 1: Technical Understanding. The Offeror's Technical Understanding must demonstrate a thorough understanding of all the tasks specified in the PWS, and convey the Offeror's detailed approach to meet the required objectives in the performance of the technical requirements identified in the PWS. Subfactor 2: Technical Experience. The Offeror's Technical Experience will be evaluated to ensure that the Offeror has at least three (3) years corporate experience in the type of service industry required by this PWS. Factor 2 - Price. As authorized under FAR Subpart 13, simplified procedures will be used to evaluate offer and award the contract. Proposed price will be evaluated for reasonableness using the price analysis techniques provided under FAR Part 13.106-3. The Government intends to award a contract based on contractor's responsibility and determination of a fair and reasonable price. (b) 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. (End of provision) (x) Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The Offeror's representations and certifications must be entered within the System for Award Management website (www.sam.gov) for consideration for award. (xi) Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. Addendum to FAR 52.212-4: 1. Add paragraph (c)(1) as follows: (c)(1) Contract Administration Data. The Contracting Officer is responsible for the administration of this contract and, alone, is authorized to take actions on behalf of the Government that result in changes in the terms of the contract. The Contracting Officer is Ms. Carrie Nelson, carrie.nelson@socom.mil. Changes to the Contracting Officer may be made by written correspondence from the contracting office in lieu of a modification to the contract. 2. Add paragraph (q)(1) and (q)(2) with the following: (q)(1) Insurance Requirements. The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, "Insurance-Work on a Government Installation". KIND and AMOUNT: Workmen's Compensation and Occupational Disease Insurance, Amount required by the State in which this contract is performed Employer's Liability Insurance $100,000 Comprehensive General Liability $500,000, per occurrence Insurance for Bodily Injury Comprehensive Automobile Liability $200,000, per person $500,000, per occurrence for Bodily Injury and $20,000, per occurrence for Property Damage NOTE: Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The Contractor shall provide proof of insurance before commencing work under this contract. Note: Certificate of Insurance shall reference the contract number. (q)(2) Post-Award Conference. (a) Prior to the Contractor starting work, a post award conference (as described in FAR Subpart 42.5), may be convened by the U.S. Army Special Operations Command - Contracting, Fort Bragg, North Carolina. The Contractor's Site Manager shall attend the conference, if necessary. If the contract involves subcontractors, a representative of each major subcontractor shall also attend. (b) The Contracting Officer and the Contractor will agree to the date, time and location of the conference after contract award, if necessary. In the event of a conflict in schedules, the Contracting Officer will establish the date for the conference. (End of Addendum) (xii) Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil): 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; 52.219-8, Utilization of Small Business Concerns; 52.219-13, Notice of Set-Aside Orders; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-41, Service Contract Act of 1965; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.222-24, Statement of Equivalent Rates for Federal Hires; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. (xiii) The following FAR provisions and clauses apply to this acquisition: 1 FAR 52.204.7, System for Award Management1 FAR 52.204.19, Incorporation by Reference of Representation and Certifications1 FAR 52.212-1, Instructions to Offerors - Commercial Items1 FAR 52.212-2, Evaluation - Commercial Items1 FAR 52.232-18, Availability of Funds1 FAR 52.232-22, Limitation of Funds is applicable at the CLIN level. 1 FAR 52.246-4, Inspection of Services-Fixed Price is applicable at the CLIN level. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil(End of provision)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): http://farsite.hill.af.mil(End of clause) The following DFARS clauses apply to this acquisition: 1 DFARS 252.203-7000-Requirements Relating to Compensation of Former DoD Officicals1 DFARS 252.203-7005-Representation Relating to Compensation of Former DOD Officials1 DFARS 252.204-7012-Safeguarding of Unclassified Controlled Technical Information1 DFARS 252.223-7004-Drug-Free Work Force1 DFARS 252.227-7015-Technical Data-Commercial Items1 DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports1 DFARS 252.232-7010-Levies on Contract Payments 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMBO (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the Contracting Officer. Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC: TBDIssue By DoDAAC: TBDAdmin DoDAAC: TBDInspect By DoDAAC: TBDService Acceptor (DoDAAC): TBD-------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system: TBD (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. TBD (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) The following SOFARS provisions and clauses apply to this acquisition: 5652.201-9002 Authorized Changes Only by Contracting Officer (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: Carrie L. NelsonContracting OfficerUSASOC, DCSCHQ USASOC, Fort Bragg, NC☎: 910-432-7857Fax: 910-432-9345Email: carrie.nelson@socom.mil (End of clause) 5652.204-9000 Individual Authorized to Sign (2014) Section K(Revised September 2014)As prescribed in 5604.103, (a) Quotes shall be signed by an authorized individual. The offeror hereby represents that the individual designated below is authorized to bind the corporation, partnership, individual or educational institution. Evidence of authorization shall be provided by the offeror in accordance with the applicable instructions below. If the offeror is a joint venture, each participant in the joint venture shall submit a separate representation. (1) CORPORATIONS: The signatory must be an official or person otherwise authorized to bind the corporation. A Corporate representation as shown below, shall be executed in accordance with the instructions, or other evidence must be furnished which satisfactorily shows that the person signing the quote is empowered to bind the corporation. Corporations may establish the authority of its agents by furnishing a power of attorney with the offer, a corporate resolution, or by causing the following representation to be executed under its corporate seal, provided that the same officer shall not execute both the contract and the representation.I, _____________________________, represent that I am the ________________________ of the firm named as the offeror herein; that ________________________ signed this contractual instrument on behalf of the corporation and is __________________________ of said corporation; that said contractual instrument was duly signed for and in behalf of said corporation by authority of its governing body; and is within the scope of its corporate powers.AFFIX CORPORATE SEAL (Note: If a corporation does not have a seal or the offer is being submitted electronically, the offeror may print the word "SEAL".)___________________________ (Signature) (2) PARTNERSHIPS: Partnerships shall establish their authority and the authority of their agents by completing the following representation, provided that it is executed by a partner other than the person signing the contractual instrument.I, _____________________________, represent that I am a partner of the firm of ___________________ consisting of the following partner's _____________________________________________________; that ______________ signed this contractual instrument on behalf of said firm and is __________________________ of said firm; that said contractual instrument was duly signed for and in behalf of said firm by authority of partnership; and is within the scope of its corporate powers. __________________________ (Signature) (3) INDIVIDUALS: The signatory must be the owner and the contractual instrument shall be signed as such unless an agent's authority has been established through a power of attorney. Individuals submitting contractual instruments under an agent's signature must furnish a power of attorney to establish the agent's authority.(4) EDUCATIONAL INSTITUTIONS: The signatory must be an official or person otherwise authorized to bind the educational institution. A representation as shown below, shall be executed in accordance with the instructions, or other evidence must be furnished which satisfactorily shows that the person signing the quote is empowered to bind the educational institution. Educational institutions may establish authority of their agents by furnishing with their offeror a power of attorney, a corporate resolution or by causing the following representation to be executed, provided that the same individual shall not execute both the contract and the representation.I, _____________________________, represent that I am the ________________________ of the educational institution named as the offeror herein; that ________________________ signed this contractual instrument on behalf of the educational institution and is __________________________ of said educational institution; that said contractual instrument was duly signed for and in behalf of said educational institution by authority of its governing body; and is within the scope of its corporate powers.___________________________ (Signature) (b) Once a power of attorney or corporate resolution has been submitted to establish the authority of its agents, provide reference to the Procurement Instrument Identification Number with which it was submitted by including the following statement in lieu of furnishing an additional copy: "Evidence to establish the authority of the agent signing this document was submitted with Document Number _________________."5652.204-9004 Foreign Persons (2006)In accordance with restrictions required by Executive Order 12470, the Arms Export Control Act (Title 22, USC) (Sec 275), the International Traffic in Arms Regulation (ITAR), or DoD Directive 5230.25, Withholding of Unclassified Technical Data from Public Disclosure, no foreign persons will be permitted to work on a contract without notifying the Contracting Officer. Provide the following information for all foreign persons who will be working on the contract (or "X" here if there are no such individuals: ____):1) Full Name:2) Date of Birth:3) Place of Birth:4) Nationality:5) Social Security Number:6) Visa Status:7) Current Address:8) If a Subcontractor, Subcontractor Name and Address:9) Biographic data and/or resume: (End of provision)SOFARS 5652.204-9003, Disclosure of Unclassified Information and Notification Requirements for Cyber, Section H (Revised June 2013) 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.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.The protection of sensitive but unclassified data reflecting Special Operations technologies, personnel, plans, and business associations requires due diligence on the part of those in possession of such information. The application of appropriate security measures to ensure the safekeeping of USSOCOM and company proprietary data, intellectual property, and personnel data is the responsibility of all parties who have access to such information. All contractors supporting USSOCOM are required to inform the Contracting Officer within three business days of when there has been a breach or successful penetration of the contractor's network(s) or information system(s). Breaches include unauthorized intrusions of the contractor's server(s) from external parties whether through introduction of malware, hacking, the compromise of access passwords, or any other unauthorized access or compromise. Breaches also include the physical loss of storage media such and disks, hard drives, thumb drives, laptops or other devices which contain duplicates of information contained on the contractor's data systems, or the willful or accidental transmission, copying or posting of contract information which has not been specifically authorized by the Contracting Officer. Estimates of damage and mitigation strategies will be submitted to the Contracting Officer within a period following the breach specified and agreed upon by the Contractor and the Contracting Officer.The Contractor shall include a similar requirement to this clause in each subcontract under this contract. Subcontractors shall submit request for authorization to release and notifications related to cyber security breaches through the prime contractor to the Contracting Officer.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, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. (End of clause) 5652.214-9004 Technical and Contractual Questions Concerning This Solicitation (2001)All questions concerning this solicitation/procurement action must be submitted in writing to the Contracting Office. No direct discussion between the representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Send all questions to the following point of contact. The use of e-mail is highly encouraged.Contracting Officer: Carrie Nelson E-mail address: carrie.nelson@socom.milPhone number: (910) 432-7857 Mailing Address: US Army Special Operations Command, HQ, BLDG E-2929 Desert Storm Drive (Stop A), Fort Bragg, NC 28310-9110 (End of provision) The following terms and conditions apply to this acquisition: SHIPPING AND RECEIVING INSTRUCTIONS (JUN 2009) MARKING: Contractors shall ensure that the contract number is clearly marked on the exterior of all shipping cartons/containers. This will assist in timely receipt of and payment for the supplies accepted. The purchase/delivery order number can be located in blocks 1 and 2 of the DD Form 1155 and block 2 of the SF 1449. It also appears at the top of each subsequent page. If drop shipping procedures are used, please ensure that your shipper complies with these instructions. Cartons without identification may be returned "freight collect". SHIPPING: The purchase/delivery order provides the only approved ship to/delivery address(es). Do not redirect shipments to locations other than those specified in the order. To do so may delay acceptance of and payment for the items shipped. Additional costs for shipment to addresses other than those specified on the order will not be paid unless the ship to/delivery address has been changed by a modification to the order signed by a contracting officer.INVOICING PROCEDURES: ELECTRONIC INVOICING: Except as provided in paragraph (c) of DFARS Clause 252.232-7003, Electronic Submission of Payment Requests (Mar 2007), the Contractor shall submit payment requests through Wide Area Work Flow (WAWF) utilizing the Invoice and Receiving Report (Combo) method. The COMBO method is designed to generate a notification to the receiver that an invoice has been submitted and requires a receiving report. Utilization of this feature is expected to minimize delays in the payment process. Contractors shall register to use WAWF and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. Information regarding WAWF is available on the Internet at the following addresses: WAWF General Information and Registration - https://wawf.eb.mil WAWF Training Database (great place to practice using WAWF) - https://wawftraining.eb.mil WAWF On-line Training Course (great place to begin learning WAWF) - www.wawftraining.com DFAS Electronic Commerce End Users Tool Box (register for classroom training and obtain user guides) http://www.dfas.mil/contractorpay/electroniccommerce/ECToolBox.html ALTERNATE METHOD: In the event WAWF is not available, invoices may also be submitted via fax to: DFAS - Rome, FAX# 877-575-3332. This method is to be used by exception only. TO ACCESS PAYMENT STATUS ELECTRONICALLY:https://myinvoice.csd.disa.mil//index.html FOR ADDITIONAL INFORMATION REGARDING THE VENDOR PAY INQUIRY SYSTEM:http://www.dod.mil/dfas/contractorpay/vedorpayinquiresystemvpis.html CUSTOMER SERVICE inquiries may be made to: 1-800-553-0527 DFAS: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) Office as designated in this contract. Please have your purchase order/contract number ready when calling about payments. You can also access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. CODES: The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT: (CHECK ONE)X COMBO: Invoice and Receiving Report__ Invoice as 2-in-1 (Services only)__ Invoice Only__ Construction Invoice (Contractor Only)__ Progress Payment (Government Only)__ Cost Voucher (Government Only)__ Receiving Report (Government Only)__ Receiving Report with Unique Identification (UID) Data (Government Only) (UID is a new globally unique "part identifier" containing data elements used to track DOD parts through their life cycle.) ISSUE BY DODAAC: H92239SHIP TO DODAAC: (TBD)ACCEPT BY DODAAC: (TBD)PAYMENT OFFICE FISCAL STATION CODE: HQ0302 EMAIL POINTS OF CONTACT LISTING: Upon submission of your electronic invoice, use the Email feature in WAWF to notify the following personnel: ACCEPTOR: (TBD@socom.mil)CONTRACT ADMINISTRATOR: carrie.nelson@socom.milCONTRACTING OFFICER: carrie.nelson@socom.milADDITIONAL CONTACT: (TBD@socom.mil) RECEIVING REPORT PROCEDURES: ELECTRONIC RECEIVING VIA WAWF: The Warehouse/Receiving Activity/Contracting Officer's Representative (COR) is responsible to ensure a receiving report is correctly processed and forwarded to the appropriate finance office via Wide Area Work Flow (WAWF). In the event of a WAWF problem, contact the WAWF Help Desk at Telephone #: 1-866-618-5988Email Address: CCO-EC-ARMY-WAWF-HELPDESK@dfas.mil PAPER RECEIVING REPORTS BY EXCEPTION ONLY: DD FORM 1155 - If the DD Form 1155 is used as the receiving report for either a final or partial receipt/payment: SF FORM 1449: If the SF Form 1449 is used as the receiving report as either a final or partial receipt/payment: DD FORM 250: If the DD form 250 is used for the receiving report, the only version acceptable by DFAS is the form dated August 2000. (xiv) The Defense Priorities and Allocations System is not applicable to this solicitation. (xv) Submission of Offers: Offers shall be forwarded to Mrs. Carrie Nelson via email to: carrie.nelson@socom.mil by Tuesday, 15 August 2017, 12:00 PM EDT. Facsimile submission will not be accepted. Vendors shall provide an offer using the pricing schedule provided in this combined synopsis/solicitation. (xvi) The point of contact for this acquisition is Ms. Carrie Nelson, and she may be reached at 910-432-7857. Any questions regarding this Solicitation should be directed via e-mail to Mrs. Carrie Nelson at carrie.nelson@socom.mil. The deadline for the submittal of all questions is 12:00 p.m. on Monday, 7 August 2017.

 

Please consult the list of document viewers if you cannot open a file.


Package #1


Posted Date:

August 1, 2017

 

 

Combined_Synopsis_Solicitation.pdf (113.12 Kb)

Description: Combined Synopsis/Solicitation

 

PWS.pdf (63.28 Kb)

Description: Performance Work Statement

 

Contracting Office Address :

ATTN:E-2929 Fort Bragg, North Carolina 28310


Place of Performance :

Fort Benning and surrounding area of Columbus, GA Fort Benning, Georgia United States


Primary Point of Contact. :


Carrie L. Nelson,

Contracting Officer

carrie.nelson@socom.mil

Phone: 910-432-7857


원본 URL: https://www.fbo.gov/index?s=opportunity&mode=form&id=39a7143818cff3a3efddde1d68faff9f&tab=core&_cview=0