Inviting Success, Avoiding Failure: Leveraging Historys Lessons on Human Behavior in Aerospace Projects (№6967802)

18 mar

Number: 6967802

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


18-03-2018

Description


Inviting Success, Avoiding Failure: Leveraging History�s Lessons on Human Behavior in Aerospace ProjectsSolicitation Number: HQ014718R0023
Agency: Other Defense Agencies
Office: Missile Defense Agency
Location: MDA-DACK

Solicitation Number: HQ014718R0023

Notice Type: Award

Contract Award Date: March 16, 2018

Contract Award Number: HQ0147-18-P-0002

Contract Award Dollar Amount: $740790

Contractor Awarded Name: Andrew Chaikin

Contractor Awarded DUNS: 079378439

Contractor Awarded Address: 291 RED MOUNTAIN RD

Arlington, Vermont 05250
United States

Synopsis: Added: Dec 22, 2017 1:34 pm

The Missile Defense Agency (MDA) intends to award a sole source firm fixed-price purchase order to Andrew L. Chaikin, This combined synopsis/solicitation is posted with the intent of awarding to Andrew L. Chaikin, 291 Red Mountain Road, Arlington, Vermont 05250 under the authority of FAR 6.302-1(a).



This is a combined synopsis/solicitation for commercial service 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 NAICS for the acquisition is 611430 and the small business size standard is $11000000.00



The solicitation number HQ014718R0023 is issued as request for request for quotation (RFQ). The following Contract Line Items (CLINs) will need to be priced:


















































CLIN



Nomenclature



UI



Quantity



Period of Performance end



0001



Base CLIN: Training Class: medium size (up to 40 people)



Lot



1



60 days after purchase order award



0002 - Option 1



Training Class: Medium size (up to 40 people)



Lot



20



Within 18 months after purchase order award



0003 - Option 2



Training Class: Small size (up to 30 people)



Lot



10



Within 18 months after purchase order award



0004 - Option 3



Training Class: ½ day - executive Level (15 people)



Lot



3



Within 18 months after purchase order award



0005 - Data Reports



CDRLs



NSP



NSP



18 months after purchase order award






Anticipated Contract Type: FFP



Description of requirements for the items to be acquired:


The contractor shall provide training services to MDA at the locations listed in the Performance Work Statement (PWS). The contractor shall provide all labor and supplies, necessary for this training course.



Period of Performance and place:


Service is to begin within 60 days After Receipt of Order (ARO), FOB Destination.



The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offers are due by 1600 CST on January 8, 2018, via electronic mail to [email protected]. Offerors shall include a completed copy of the provision at

52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.


The clause at

52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause.


FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017)


(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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.


(1) 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.


(2) 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.


(3) 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 clause in 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-


(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).


(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (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 $650000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.


(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.


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


(v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).


(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).


(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).


(viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).


(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).


(x) 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.


(xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).


(xii) ____ (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 E.O. 13627).


(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)


(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)


(xv) 52.222-54, Employment Eligibility Verification (Oct 2015).


(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).


(xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500000 for solicitations and resultant contracts issued after April 24, 2017).


Note to paragraph (b)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.


(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).


(xx) 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.


(xxi) 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)


Alternate I (2013-O0019) (Feb 2000). As prescribed in 12.301(b)(4), delete paragraph (a) from the basic clause, redesignate paragraph (b)(1) as paragraph (a), and redesignate paragraphs (b)(1)(i) through (b)(1)(xiv) as paragraphs (a)(1) through (a)(14) and redesignate paragraph (b)(2) as paragraph (b).


Alternate II (2013-O0019) (Jan 2017). As prescribed in 12.301(b)(4)(ii), substitute the following paragraphs (a)(1) and (b)(1) for paragraphs (a)(1) and (b)(1) of the basic clause as follows:


(a)


(1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to-


(i) Examine any of the Contractor"s or any subcontractors" records that pertain to, and involve transactions relating to, this contract; and


(ii) Interview any officer or employee regarding such transactions.


(b)


(1) Notwithstanding the requirement of any other clause in this contract, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than-


(i) Paragraph (a) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (a)(1)(ii) does not flow down; and


(ii) Those clauses listed in this paragraph (b)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-


(A) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).


(B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5).


(C) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (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 $650000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.


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


(E) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).


(F) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).


(G) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).


(H) 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.


(I) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).


(J) ____ (1) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).


___ (2) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).


(K) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).


(L) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67).


(M) 52.222-54, Employment Eligibility Verification (Oct 2015) (Executive Order 12989).


(N) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E. O. 13658).


(O) 52.222-59, Compliance with Labor Laws (Executive Order 13673), (Oct 2016).


Note to paragraph (b)(1)(ii)(O): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.


(P) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).


(Q) 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.


(R) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).


(S) 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.



Other FAR Clauses and Provisions applicable to this acquisition:


52.204-7 System for Award Management (Oct 2016)


52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016)


52.217-5 -- Evaluation of Options (Jul 1990)


52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item (Mar 1989)


52.222-3 -- Convict Labor (June 2003)


52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)


52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management (Jul 2013)


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


52.252-2 -- Clauses Incorporated by Reference (Feb 1998)


52.252-6 -- Authorized Deviations in Clauses (Apr 1984)


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


252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)


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


252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)


252.204-7004 Alternate A, System for Award Management (Feb 2014)


252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)


252.232-7006 Wide Area WorkFlow Payment Instructions (May 2013)


252.232-7010 Levies on Contract Payments (Dec 2006)


252.243-7001 Pricing of Contract Modifications (Dec 1991)


252.244-7000 Subcontracts for Commercial Items (Jun 2013)


252.244-7001 Contractor Purchasing System Administration (May 2014)


MDA Local Clauses:


C-01 SCOPE OF WORK (MAY 2005)


G-01 CONTRACT ADMINISTRATION (May 2012)


G-13 NOTICE OF THE GOVERNMENT"S USE OF OUTSIDE CONTRACTORS TO REVIEW SUBMITTED INVOICES, PAYMENT REQUESTS, AND MATERIAL INSPECTION AND RECEIVING REPORTS (MAY 2009)


H-08 PUBLIC RELEASE OF INFORMATION (Jun 2013)


H-09 ORGANIZATIONAL CONFLICT OF INTEREST (Jun 2012)


H-44 INCREMENTAL EXERCISE OF OPTIONS (SEP 2012)


H-30 CONTRACTUAL TERMS & CONDITIONS (Jun 2010)


H-39 COMPLIANCE WITH FAR 52.219-14, LIMITATION ON SUBCONTRACTING (FEB 2012)


Defense Priorities and Allocations System (DPAS) DX rating is assigned to this acquisition.


The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.



This solicitation incorporates one or more clauses and or/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. Also, the full text of a clause and or provision may be accessed electronically at the site below:





http://farsite.hill.af.mil/vmfara.htm



Any other interested party may submit a capability statement to the identified point of contact by the closing date of this announcement, which is 4:00 pm Central Standard Time (CST) on 1//8/2018, which shall be considered by the agency for the purposes of determining whether to hold a competition or proceed with a noncompetitive action. The Proposal/Quote should contain Open Market Commercial pricing with any applicable discounts applied. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government.



Point of Contact:



Primary:


Lisa Starbuck


Contracting Officer


E-mail: [email protected]


Phone: 256-450-2197



Secondary:


Victorita Bailey


Contract Specialist


E-mail: [email protected]


Phone: 256-450-3151


Attachments:


•1. PWS, dated October 12, 2017


•2. Contract Data Requirements List (CDRL), dated 08 December 2017


•3. MDA Local Clause


Public Release 17-MDA-9443



Added: Jan 08, 2018 6:52 pm Due the holidays, the due date has been extended to 1/16/2018

Please consult the list of

document viewers if you cannot open a file. Package #1 Posted Date: December 22, 2017



Chaikin_PWS_Final_103017.docx (104.10 Kb) Description: PWS

A001_Presentation_Materials.pdf (168.63 Kb) Description: CDRL A001

A002_Class_Attendance_Roster.pdf (171.38 Kb) Description: CDRL A002

MDA_Local_Clauses.docx (20.10 Kb) Description: MDA Local Clauses

H09_OCI_ANALYSIS_DISCLOSURE_FORM_(JUN_2012).docx (24.34 Kb) Description: OCI Disclosure Form



Contracting Office Address: Huntsville
Huntsville, Alabama
United States


Place of Performance: Multiple Locations

United States


Primary Point of Contact.: LISA STARBUCK, Contracting Officer

[email protected] Phone: 256-450-2197