Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2015 FBO #4802
MODIFICATION

U -- CBRN Response Enterprise- Ready Response - Subject Matter Experts (SME) & Role Player Support Services at Camp Grayling, Michigan

Notice Date
1/15/2015
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
USPFO for Michigan, Joint Forces Readiness Center-Building 30, 3423 North Martin Luther King Jr. BLVD., Lansing, MI 48906-2934
 
ZIP Code
48906-2934
 
Solicitation Number
W912JB15T2002
 
Response Due
1/19/2015
 
Archive Date
3/16/2015
 
Point of Contact
CPT Maria Aguilar, 517-481-7846
 
E-Mail Address
USPFO for Michigan
(maria.s.aguilar.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
************RESPONSE DEADLINE CHANGE ***********19 JAN 2015 16:30 P.M. ----- - UPDATE 01/08/2015 - PWS UPDATED - UPDATE 01/14/2015 - CLAUSES UPDATED, Q&A & WDOL ADDED, Acknowledge of Admendments Added. - UPDATE 01/15/2015 - SF 18 ADDED. ----- This is a combined synopsis/solicitation for commercial items 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. This is a combined synopsis/solicitation for 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 assigned to this action is W912JB-15-T-2002. The solicitation is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for Michigan, Purchasing and Contracting Division, Lansing, Michigan, 48096. Provisions and clauses included in this solicitation are those in effect through Federal Acquisition Circular 05-72, dated 30, January 2014. The full text of the FAR and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil. Principle NAICS is 541611 and size standard is $15 million. The Michigan Army National Guard (MIARNG) requirement is for CBRN Response Enterprise- Ready Response - Subject Matter Experts (SME) & Role Player Support Services at Camp Grayling, Michigan from 03-08 March 2015. (See Performance Work Statement). This acquisition is utilizing procedures in FAR part 13, simplified Acquisition Procedures. The Government intends to place a Single, Lowest Price, Technically Acceptable, Firm-Fixed Price order without discussions. Therefore, offers should submit their best offer up front. Do not assume you will be able to revise your offer. The resulting contract from this combine synopsis solicitation will require the Contractor to be compliant with the Contract Manpower reporting (CMR) system. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the MIARNG via a secure data collection site. See attached Performance Work Statement (PWS) for more information. Requirement: CLIN 0001: Entire Job pricing for the entire Performance Work Statement CLIN 0002: Price for compliance with Contract Manpower Reporting (CMR), (If Applicable) Submittal Requirements: Submit the following in order to be considered for award. 1. Pricing of CLINS 0001 and 0002. 2. Technical Proposal detailing how Contractor will accomplish the requirements of the PWS 3. Representations and Certifications (52.212-3 Alt 1 & 252.209-7994 & 252.247-7022). 4. Acknowledge of Admendments Dated 1/6/2015, 1/8/2015, 1/14/2015. ***************** Evaluation Criteria. (1) Evaluation criteria consist of factors and elements as listed below. The offers will be evaluated under three (3) evaluation factors: Factor I: Technical Acceptability Acceptability Standard 1: Experience Factor II: Technical Acceptability Acceptability Standard 2: Knowledge Factor III: Price Acceptability Standard 3: Price Factor I -Experience: The Technical Acceptability Factor evaluation provides an assessment of the offeror's ability to satisfy the Government's requirements. Acceptability Standard I. Experience: The offeror shall submit a resume with a list of recent (within the past seven (7) years) relevant contracts/subcontracts that demonstrate the ability to perform the work described in the solicitation. Offeror(s) shall submit verifiable evidence of experience performing as a with the Federal (DHS-FEMA), State, and Local response protocols (National Response Framework- NRF, National Incident Management System, Incident Command (100-400)). Additionally, offeror shall have verifiable experience working in Defense Support Civil Authorities (DSCA) Operations. The Technical Acceptability Factor will receive one (1) of the adjectival ratings defined Below (Table 1). Factor II. Knowledge: Acceptability Standard II: Knowledge: Offeror shall submit verifiable evidence of working with a division level Army Command. Offeror shall have CBRNE exercise expertise (biological or radiological incident specific) background and be able to show experience working in CBRNE Management or have educational substitution Offeror's resumes/certifications shall have verifiable evidence of the following: 1) knowledge of coordinating, and conducting (a Homeland Security Exercise and Evaluation certification (HSEEP); (b) Master Exercise practitioner (MEPP graduates); (c) Project Managers Factor III -Price. Price will not be scored or rated. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 15.404-1(b). The Government reserves the right to require such data necessary if unable to determine the reasonableness of the proposed pricing Table 1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Offer clearly meets the minimum requirements of the solicitation. Unacceptable Offer does not clearly meet the minimum requirements of the solicitation. The following provisions are included for the purposes of this combined synopsis/solicitation: 52.212-1 -- Instructions to Offerors -- Commercial Items (JUL 2013); Evaluation in accordance with FAR 13.106-2 based on the lowest price technically acceptable offer 52.212-3 -- Offeror Representations and Certifications -- Commercial Items ALT I; 52.252-1-Provisions Incorporated by Reference (http://farsite.hill.af.mil). 52.237-1 - Site Visit 252.203-7005 - Representation Relating to Compensation of Former DoD Officials 252.204-7011 - Alternative Line Item Structure 252.209-7994 (DEV) - Prohibition Against Using Fiscal Year 2014 Funds to Contract with Corporations that have an Unpaid Delinquent Tax Liability or a Felony Conviction Under Federal Law 252.225-7031 - Secondary Arab Boycott of Israel 52.233-2 - Service Protest 252.209-7001 - Disclosure of Ownership or Control by the Government of a Terrorist Country 252.215-7008 - Only One Offer 52.215-20 - Requirements for Certified cost and Pricing Data The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dev.); 52.219-28 - Post-Award Small Business Program Representation 52.222-21 - Prohibition of Segregated Facilities 52.222-41 - Service Contract Act of 1965 (DOL WD Attached) 52.222-42 - Statement of Equivalent Rates for Federal Hires 52.222-50 - Combating Trafficking in Persons 52.223-5 - Pollution Prevention and Right to Know Information 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management 52.232-39 - Unenforceability of Unauthorized Obligations 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.237-2 - Protection of Government Buildings, Equipment and Vegetation 52.252-2-Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6 - Authorized Deviations in Clauses 252.201-7000 - Contracting Officer's Representative 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information 252.223-7006 - Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7010 - Levies on Contract Payments 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 - Subcontracts for Commercial Items 52.222-3 - Convict Labor 52.222-36 - Affirmative Action for Workers with Disabilities 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 52.222-35 - Equal Opportunity for Veterans 52.222-37 - Employment Reports on Veterans 52.203-3 - Gratuities 52.203-6 Alt. I - Restrictions on Subcontractor Sales to the Government - Alternate I 52.204-4 - Printed or Copied-Double Sided on Post- consumer Fiber Content Paper 52.219-8 - Utilization of Small Business Concerns 52.219-14 - Limitations on Subcontracting 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act 52.222-44 - Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.222-54 - Employment Eligibility Verification 52.228-5 - Insurance - Work on a Government Installation 252.225-7012 - Preference for Certain Domestic Commodities 252.243-7002 - Requests for Equitable Adjustment 252.247-7022 - Representation of Extent of Transportation of Supplies by Sea 252.247-7023 - Transportation of Supplies by Sea 252.247-7024 - Notification of Transportation of Supplies by Sea *************** Submit offers in response to this synopsis/solicitation to:(Email) ng.mi.miarng.mbx.uspfo-pc@mail.mil; (Fax) 517-481-7847; (USPS Mail) USPFO for Michigan, 3423 North Martin Luther King Jr. BLVD. Lansing, MI 48906 Offers received after 16:30 pm Eastern on the required date of submission may not be considered unless determined to be in the best interest of the government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20/W912JB15T2002/listing.html)
 
Place of Performance
Address: Camp Grayling Joint Maneuver Training Center Grayling MI
Zip Code: 49739
 
Record
SN03617306-W 20150117/150115234827-eb9a157b66678a7cf3190600184525ce (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.