SOLICITATION NOTICE
U -- CERFP United Front Role Player Support
- Notice Date
- 5/4/2015
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 2002 S. Holt Road, Indianapolis, IN 46241
- ZIP Code
- 46241
- Solicitation Number
- W912L9-15-T-0017
- Response Due
- 5/19/2015
- Archive Date
- 11/15/2015
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W912L9-15-T-0017 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-81. The associated North American Industrial Classification System (NAICS) code for this procurement is 611699 with a small business size standard of $11.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-05-19 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The National Guard - Indiana requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Indiana Army National Guard has a requirement to provide Role Player support for the CERFP United Front Training Exercise 23-25 June 2015 at Muscatatuck Urban Training Center (MUTC) 4230 E Administration Dr, Butlerville, IN 47223. See attached Performance Work Statement for Details. FIRM FIXED PRICE, 1, EA; LI 002: Contractor Manpower Reporting Requirement https://cmra.army.mil/Login.aspx FIRM FIXED PRICE, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Guard - Indiana intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Guard - Indiana is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 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. THE GOVERNMENT INTENDS TO AWARD A FIRM FIXED PRICE CONTRACT. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W912L9-15-T-0017 this solicitation is issued as an invitation to bid (IFB) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. (iv) This requirement is a small business set aside under NAICS Code 611699 will a small business size standard of $11.0M. (v) Two contract line items (CLIN)s are described elswhere in this annoucement. Peformanace Work Statement (PWS) attached provides necessary detail for CLIN 1. CLIN 2 is to meet the Contract Manpower Reporting DoD requirement. It is estimated this reporting requirement will take a few hours on a single administrative employees time. The vendor may charge a fee for meeting this requirement. (vi) Description of requirements for the items to be acquired is found in CLINs and PWS. (vii) See PWS for Date(s) and place(s) performance. (viii) 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) FAR Part 52.212-2, Evaluation will be used with evaluation criteria detailed elsewhere in this solicitation entitled "Evaluation Criteria FAR Part 52.212-2" (x) Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, A COMPLETED SAM.GOV PROFILE WITH REPRESENTATIONS AND CERTIFICATIONS FILLED OUT WILL BE ACCEPTABLE. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. (xiii) Additional contract requirement(s) or terms and conditions can be found in the Performance Work Statement (PWS) (xiv) Defense Priorities and Allocations System (DPAS) is not applicable. (xv) The date, time and place offers are due is determinted by posting on www.fedbid.com (xvi) For additional information contact CPT Richard T Corcoran at richard.t.corcoran9@mail.mil or 317-247-3300 ext74424 Per FAR part 12.602 offers will be evaluated using the following factors using a tradeoff process, with price being roughly equal to the non-price factors in importance. 1. Price 2. Technical (capability to provide services requested) 3. Experience (has the vendor provided similar or identical services in the past) 4. Past Performance (provide references for past performances including contract number for federal contracts, references will be contacted for a phone interview or sent a questionaire concerning the quality of past services rendered.) The government will select the offer that is most advantageous to the goverment. The government may conduct a site visit at 10:00AM EST 5/12/15 at the request of a potential bidder via the questions and answer funtion on www.fedbid.com request must occur prior to 5:00PM EST 5/8/15. Site location is Muscatatuck Urban Training Center (MUTC) 4230 E Administration Dr, Butlerville, IN 47223.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/eaffbb448b06ba1ba56f5ec9e14e2ab3)
- Place of Performance
- Address: See Statement of Work.
- Zip Code: -
- Zip Code: -
- Record
- SN03718883-W 20150506/150504234551-eaffbb448b06ba1ba56f5ec9e14e2ab3 (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 |