Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2012 FBO #4045
SOLICITATION NOTICE

U -- CBIRF commercial training in the areas of Fire Inspector, Fire Instructor, Fire Officer, HazMat, and NIMS/ICS.

Notice Date
12/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
M20364 USMC CHEMICAL BIOLOGICAL INCIDENT RESPONSE FORCE 4th Marine Expeditionary Brigade (AT) NSWC, 101 Strauss Avenue, Bldg. 901 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
M2036413Q0003
 
Response Due
1/4/2013
 
Archive Date
1/19/2013
 
Point of Contact
GySgt Randall Chatfield 301-744-2094
 
E-Mail Address
GySgt Randall Chatfield
(randall.chatfield@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and 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. Solicitation number M20364-13-Q-0003 is being issued as a Request For Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-63 and the Defense Federal Acquisition Supplement (DFARS), current to DPN 20121212. The North American Industry Classification System (NAICS) Code is 541690 and the small business size standard is $14.0 Mil. This RFQ is being issued on an UNRESTRICTED basis. 2) General Requirement(s): This RFQ is for commercial training in the areas of Fire Inspector, Fire Instructor, Fire Officer, HazMat, and NIMS/ICS. All training under this RFQ will be accomplished prior to 30 September 2013. Due to CBIRF ™s unique mission, training, and operational commitments, individual course dates cannot be scheduled or forecasted at the time of this RFQ ™s issue; instead, the actual scheduling of individual courses will take place at least 30 days prior to a desired start date. List of Individual Training Courses: (see attached document, entitled śM20364-13-Q-0003 - Commercial RFQ for FY13 Tech Rescue Training ť, for detailed course descriptions and/or additional RFQ instructions/requirements). Unless noted otherwise, all courses will contain a minimum of 10 students, and a maximum of 15. Assumed hours of instruction are in parenthesis. CLIN 0001: Fire Inspector Courses 0001A “ Fire Inspector I (40 Hours) 0001B “ Fire Inspector II (40 Hours) CLIN 0002: Fire Instructor Courses 0002A “ Fire Instructor I (40 Hours) 0002B “ Fire Instructor II / III (40 Hours) CLIN 0003: Fire Officer Courses 0003A “ Fire Officer I (63 Hours) 0003B “ Fire Officer II (45 Hours) 0003C “ Fire Officer III (60 Hours) 0003D “ Fire Officer IV (60 Hours) CLIN 0004: HazMat Courses (80 Hours, combined between both courses listed below) 0004A “ Hazardous Materials On-Scene Incident Commander 0004B “ Hazardous Materials Technician CLIN 0005: National Incident Management System (NIMS) ICS Courses 0005A “ NIMS ICS 300 (Hours of Instruction to be proposed by contractor) 0005B “ NIMS ICS 400 (Hours of Instruction to be proposed by contractor) 3) Clauses and Provisions: (see http://farsite.hill.af.mil/vffara.htm) FAR 52.203-3, Gratuities. 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government. 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. 52.204-4, Printed or Copied Double-Sided on Recycled Paper. 52.204-7, Central Contractor Registration. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-5, Certification Regarding Responsibility Matters. 52.209-7, Information Regarding Responsibility Matters. 52.211-6, Brand Name or Equal. 52.212-1, Instructions to Offerors “Commercial Items. 52.212-2, Evaluation-Commercial Items. 52.212-3, Offeror Representations and Certifications “Commercial Items. 52.212-4, Contract Terms and Conditions “Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders “Commercial Items (incorporating 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, Affirmative Action for Handicapped Workers. 52.222-42, Statement of Equivalent Rates for Federal Hires. 52.223-15, Energy Efficiency in Energy-Consuming Products. 52.223-18, Contractor Policy to Ban Text Messaging while Driving. 52.225-13, Restriction on Certain Foreign Purchases. 52.232-18, Availability of Funds 52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration). 52.252-1, Solicitation Provisions Incorporated by Reference. DFAR 252.204-7004, Alt A, Central Contractor Registration. 252.211-7003, Item Identification and Valuation. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. 252.225-7001, Buy American Act and Balance of Payments Program. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests). 4) Contractors responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications ”Commercial Items with their quote. The contractor should also provide its Commercial And Government Entity (CAGE) Code, Contractor Establishment Code (DUNS number) and Tax Identification Number (TIN). Contractors must be registered in the System for Award Management (SAM) to be eligible for any resulting awards (NO EXCEPTIONS). For information on registering with SAM, visit www.sam.gov. Contractors are also required to be registered in Wide-Area Work Flow (WAWF); contractors can self-register for WAWF at https://wawf.eb.mil. 5) Quotations for this request may be submitted electronically to GySgt Randall Chatfield at randall.chatfield@usmc.mil; faxed to (301) 744-2018; or sent via regular mail to the CBIRF Contracting Office, Attn: GySgt Randall Chatfield, 3399 Strauss Ave, STE 219, Indian Head, MD 20640. Written, facsimile, or emailed quotes and required information must be received at this office on or before 04 January 2013, by 12:00 p.m. Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M20002/M2036413Q0003/listing.html)
 
Place of Performance
Address: Chemical Biological Incident Response Force, Indian Head, MD
Zip Code: 20640
 
Record
SN02952073-W 20121221/121219234625-c0d0d7253feeb0bbff954cd9a63375f8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.