Alabama Bids > Bid Detail

Rewrite of Air Force JROTC Course

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159193692528458
Posted Date: Aug 24, 2023
Due Date: Sep 6, 2023
Solicitation No: F2XH313153A001
Source: https://sam.gov/opp/1af10fd2f9...
Follow
Rewrite of Air Force JROTC Course
Active
Contract Opportunity
Notice ID
F2XH313153A001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AETC
Office
FA3300 42 CONS CC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Aug 23, 2023 06:32 pm CDT
  • Original Date Offers Due: Sep 06, 2023 05:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: U099 - EDUCATION/TRAINING- OTHER
  • NAICS Code:
    • 513130 - Book Publishers
  • Place of Performance:
    Montgomery , AL 36112
    USA
Description

  1. GENERAL INFORMATION



The 42nd Contracting Squadron is soliciting to Rewrite LE-100, Leadership Traditions, Wellness, and Citizenship Course. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



The solicitation number is F2XJA33075AW01, and this requirement is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2023-04, effective 02 June 2023 and DFARS DPN change notice 20230720, effective 20 July 2023.



A single award of a Firm Fixed Priced (FFP) contract will be made in accordance with the following:



This acquisition is being solicited as a competitive acquisition. The North American Industrial Classification System (NAICS) code for this acquisition is 513130, Book Publishers, with a size standard in number of employees which is 1,000 employees.



The place of performance will be identified by the contractor within 30 days before on-base performance of the service.




  1. NATURE OF ACQUISITION



Maxwell AFB has a requirement to purchase the below services. This procurement will be awarded under Simplified Acquisition Procedures. If there are any questions, please email or call Mr. Michael Hosea at (334) 953-4291 or Mr. Mark K. Restad at (334) 953-3521. Proposals must be received by no later than 06 September 2023, 5:00pm, CST. Email proposals are required. Email proposals to both Mr. Michael Hosea at michael.hosea.3@us.af.mil and Mr. Mark K. Restad at mark.restad.1@us.af.mil



Fax proposals will not be accepted.



Late proposals will be processed in accordance with FAR 52.212-1(f) “Late submission, modifications, revisions, and withdrawals of offers.”



It is the offeror’s responsibility to ensure the proposal has been received by the contracting office by email confirmation. Receipt of your electronic submittal will be acknowledged via return email; if you do not receive an acknowledgement, you are advised to call for confirmation as firewall protections may block emails and/or strip attachments. Contact information is as follows:



Mr. Michael Hosea, Contract Specialist (CS), phone: 334-953-4291, email: michael.hosea.3@us.af.mil



Mr. Mark K. Restad, Contracting Officer (CO), phone: 334-953-3521, email: mark.restad.1@us.af.mil



Provide one (1) electronic proposal copy with the CLINS in Section III filled in.



The Government will not be responsible for any failure of transmission or receipt of the offer, or any failure of the offeror to verify receipt of the emailed offer.




  1. SCHEDULE OF SUPPLIES/SERVICES:



All services are to be performed in accordance with (IAW) the attached Performance Work Statement (PWS).



The contractor shall provide the service listed below.



Period of Performance (PoP): 30 September 2023 – 30 June 2026



CLIN# DESCRIPTION QTY UNIT UNIT PRICE



0001 Rewrite LE-100, Leadership Traditions, Wellness, and Citizenship Course 1 EA $




  1. PROPOSAL PREPARATION INSTRUCTIONS



52.212-1 ADDENDUM



ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS



INSTRUCTIONS TO OFFERORS. To insure timely and equitable evaluation of the proposal, the offeror must comply with the instructions contained herein. Noncompliance may raise doubt regarding the offeror’s performance capabilities and may be grounds to eliminate the proposal from consideration for contract award. The Government intends to evaluate the proposal and award a firm fixed-price contract without discussions with the offeror. Therefore, the offeror’s initial proposal should contain the offeror’s best pricing.




  1. Submission of Proposal. Submission of Proposal: Proposals must be complete, self-sufficient, and respond directly to the requirements of the Request for Proposal (RFP). Failure to meet a requirement may render the proposal ineligible for award. Any exceptions to the solicitation terms must be clearly identified with complete accompanying rationale. The proposal shall be submitted in three distinct volumes:



      1. Technical Approach,

      2. Past Performance, and

      3. Price.





  2. Specific Instructions:




  1. The offeror must submit a dated, firm fixed-price proposal detailing unit prices, in alignment with this combined synopsis/solicitation and the attached Performance Work Statement (PWS) for the base year CLIN. Proposals should be structured into separate volumes for the technical approach, past performance, and price, yet all volumes should be submitted as part of one cohesive proposal, consistent with the PWS. Adherence to the provided instructions is essential for a fair and timely evaluation; any deviation may deem a proposal non-responsive. Each submission should be comprehensive, standalone, and address the requirements of this combined synopsis/solicitation directly.

  2. Volume I - Technical Approach: All proposers are invited to detail their technical methodology and strategies for the revision and optimization of course content in line with this RFP's requirements. The depth and precision of your technical approach will weigh heavily in our evaluation process. We request that your submission addresses the following key areas comprehensively:

    1. Needs Analysis and Content Update: Outline your techniques for pinpointing content deficiencies and integrating prevalent industry methodologies. Elaborate on how you'll discern and update outdated materials, along with potential improvements.

    2. Learning Objectives and Organization: Clarify how you intend to synchronize course outcomes with our set objectives and strategize content layout for maximizing learner understanding. Additionally, please provide a detailed proposed layout of the new text and associated deliverables to give us a clearer understanding of your vision for the course structure and content organization.

    3. Active Learning and Engagement: Highlight your methods for interweaving practical exercises, discussion triggers, and evaluations. In addition, shed light on any tech solutions or multimedia elements you anticipate deploying to amplify student engagement.

    4. Feedback and Quality Assurance: Demonstrate your mechanism for assimilating feedback from all involved parties and students. Also, provide insight into your quality assurance measures to guarantee the educational caliber of the course.

    5. Course Rollout, Master Schedule, Payment, and Approval Process:





Describe your plan for the comprehensive rollout of the course, highlighting essential milestones. Along with each milestone, indicate a proposed payment amount. Explain how supplementary materials, like reading lists and references, will enhance the primary course content. Your proposal should encompass a detailed master schedule that outlines the development and dissemination timeline for each chapter, lesson, and related deliverable. This timeline must reflect the major deliverables noted in PWS paragraph 2.4.1, incorporate governmental reviews from PWS paragraph 5.2, and be in sync with the anticipated milestones in PWS paragraph 6. Essential components of this schedule include significant program phases, scheduled conferences, review meetings, and materials like the Student Textbook, Instructor Guide, Instructor’s Test Bank, Answer Key files, and the EPUB/E2 Book.



Every milestone, especially the conclusion of each chapter, necessitates COR's endorsement, ensuring alignment with our quality criteria and terms. Following COR's validation of a milestone, the corresponding payment stipulated in the contract becomes eligible, effectively linking the payment schedule to the COR's approval process. The overarching goal of this payment framework is to encourage swift and efficient work completion, offering regular payments for fulfilled segments. While the project's deadline is set for 30 Jun 2026 (PWS paragraph 7), an earlier completion is preferable. Thus, payments can be associated with deliverables rather than fixed dates, facilitating earlier compensation upon satisfactory completion.




  1. VOLUME II - Past Performance: Offerors should present evidence of their relevant past performance from the last five (5) years. This should include references and examples of similar projects they have completed.

  2. VOLUME III – Price: The offeror shall propose and insert a unit price for CLIN 0001 identified in Part III of this combined synopsis/solicitation. This represents the total contract price.

  3. The Offeror Representations and Certifications Commercial Items (FAR 52.212-3 Alt I) shall be completed and returned unless the System for Award Management (SAM) is up to date.

  4. Period of acceptance of proposal. The contractor agrees to hold the prices in its proposal firm for 90 calendar days from the date specified for receipt of proposal.




  1. All proposal information shall be submitted electronically to: Mr. Michael Hosea, michael.hosea.3@us.af.mil, 334-953-4291 and Mr. Mark K. Restad, mark.restad.1@us.af.mil, 334-953-3521.



V. BASIS FOR AWARD



ADDENDUM TO 52.212-2, EVALUATION – COMMERCIAL ITEMS



BASIS FOR CONTRACT AWARD: This combined synopsis/solicitation seeks competitive firm fixed-price proposals. By submitting a proposal, offerors agree to adhere to all combined synopsis/solicitation terms and conditions. The award decision will be based on technical approach, past performance, and price. While price is a significant factor, it may not be determinative; the government may make a tradeoff between price and other factors to ensure the best value for its needs. A successful bid will include negotiation of a reasonable price, confirmation that the chosen firm meets the responsibility criteria per FAR 9.105 and ensuring that proposed prices align with fair market value. The price shall not exceed the fair market price.



VI. CONTRACT TERMS AND CONDITIONS:



The following provisions and clauses apply to this acquisition and can be viewed through Internet access at the Federal Acquisition Regulation (FAR) Site, https://www.acquisition.gov/browse/index/far in accordance with 52.252-1 and 52.252-2.



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, IAW FAR 52.102 or view in the sites mentioned in provision 52.252-1 and Clause 52.252-2.



Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Mar 2023) and 52.212-2, Evaluation—Commercial Products and Commercial Services (Nov 2021) applies to this solicitation. In addition, offerors shall submit with their proposal a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (Dec 2022) with Alternate I (Oct 2014).



FAR clauses 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Dec 2022) and Alt I (Nov 2021), and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Mar 2023) are applicable to this solicitation.



The following FAR provisions and clauses apply:



52.204-7, System for Award Management (Oct 2018);



52.204-9, Personal Identify Verification of Contractor Personnel (Jan 2011);



52.204-13, System for Award Management Maintenance (Oct 2018);



52.204-16, Commercial and Government Entity Code Reporting (Aug 2020);



52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020);



52.204-22, Alternative Line-Item Proposal (Jan 2017);



52.223-5, Pollution Prevention and Right-to-Know Information (May 2011);



52.232-33, Payment by Electronic Funds Transfer – System for Award Management (Oct 2018);



52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023);



52.237-2, Protection Of Government Buildings, Equipment And Vegetation, (Apr 1984);



52.253-1, Computer Generated Forms (Jan 1991).



The following clauses cited in clause FAR 52.212-5 also applies:



52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020);



52.222-3, Convict Labor (Jun 2003);



52.222-21, Prohibition of Segregated Facilities (Apr 2015);



52.222-22, Previous Contracts and Compliance Reports (Feb 1999);



52.222-26, Equal Opportunity (Sep 2016);



52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020);



52.222-50, Combating Trafficking in Persons (Nov 2021);



52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020); 52.225-13, Restriction on Certain Foreign Purchases (Feb 2021);



52.232-33, Payment by Electronic Funds Transfer (Oct 2018);



52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004).



The following DFARS provisions and clauses applies:



252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011);



252.203-7002, Requirement to Inform Employees of Whistleblower Rights (DEC 2022);



252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022);



252.204-7003, Control of Government Personnel Work Product (Apr 1992);



252.204-7004, Antiterrorism Awareness Training for Contractors (JAN 2023);



252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016);



252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (JAN 2023);



252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2023)



252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014);



252.225-7012, Preference for Certain Domestic Commodities (APR 2022);



252.225-7048, Export-Controlled Items (Jun 2013);



252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018);



252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023);



252.232-7010, Levies on Contract Payments (Dec 2006);



252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (JAN 2023);



252.237-7023, Continuation of Essential Contractor Services (Oct 2010);



252.237-7024, Notice of Continuation of Essential Contractor Services (Oct 2010);



252.243-7001 Pricing of Contract Modifications (Dec 1991);



252.244-7000, Subcontracts for Commercial Products or Commercial Services (JAN 2023);



AFFARS 5352.201-9101, Ombudsman (OCT 2019);



AFFARS 5352.223-9001; Health and Safety on Government Installations (OCT 2019);



AFFARS 5352.242-9000, Contractor Access to Air Force Installations (OCT 2019);



FAR Clauses and Provisions by Full Text:



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): https://www.acquisition.gov/far



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/far

Attachments:




  1. Performance Work Statement


Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 50 LEMAY PLAZA S
  • MAXWELL AFB , AL 36112-6334
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 23, 2023 06:32 pm CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >