Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
MODIFICATION

U -- Fire Fighter 1 &2 and Fire Officer 1 & 2 training - Solicitation 1

Notice Date
5/7/2015
 
Notice Type
Modification/Amendment
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
Department of the Navy, United States Marine Corps, MCAS Cherry Point, Cherry Point Satellite Contracting Office, PSC Box 8018 MCAS, Cherry Point, North Carolina, 28533-0018, United States
 
ZIP Code
28533-0018
 
Solicitation Number
M00146-15-T-X522
 
Response Due
5/14/2015 1:00:00 PM
 
Point of Contact
Joseph A Schwarz, Phone: 2524663417
 
E-Mail Address
joseph.schwarz@usmc.mil
(joseph.schwarz@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation for printing / viewing. Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 40 Hours FIRE INSTRUCTOR I FFP Fire Instructor 1 Certification Program to include 40hrs of training for up to (20) students including certification testing IAW NFPA 1041. Training hours will be 0730-1700 to include a training pause from 1230-1300. MILSTRIP: M0027115SU00008 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 40 Hours FIRE INSTRUCTOR II FFP Fire Instructor II Certification Program to include 40hrs of training including certification testing IAW NFPA 1041. Training hours will be 0730-1700 to include a training pause from 1230-1300. MILSTRIP: M0027115SU00008 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 40 Hours FIRE OFFICER I FFP Fire Officer I Certification Program to include 40hrs of training including certification testing IAW NFPA 1021. Training hours will be 0730-1700 to include a training pause from 1230-1300. MILSTRIP: M0027115SU00008 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 40 Hours FIRE OFFICER II FFP Fire Officer II Certification Program to include 40hrs of training including certification testing IAW NFPA 1021. Training hours will be 0730-1700 to include a training pause from 1230-1300. MILSTRIP: M0027115SU00008 Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government Section F - Deliveries or Performance PERFORMANCE WORK STATEMENT Marine Wing Support Squadron 271 Request for Proposal Thank you for your interest in providing training to the Marines, Sailors, and Civilians who work aboard Marine Corps Air Station, Cherry Point. MCAS Cherry Point is located on the Crystal Coast in North Carolina 20 minutes from the Atlantic Ocean. The nearest larger towns are New Bern and Morehead City. Scope of Work I. WORK TASKS. The contractor shall provide to the government a (20) day comprehensive Fire and Emergency Service training course to fully meet the requirements of NAVMC 3500.114 Training and Readiness Manual, DODI 6055.06m Fire and Emergency Services Certification Program, NFPA 1041 Standard for Fire Service Instructor's Professional Qualifications Chapters 5 and 6, NFPA 1021 Standard for Fire Officer Professional qualification, NFPA 1710 Standard for career Fire Departments. The training must be provided at Marine Corps Auxiliary Landing Field (MCALF) Building 8102 Bogue Field Marine Wing Support Squadron 271 Cape Carteret, NC 28584. The proposal should include a comprehensive quote to train (20) Marines. The employees will all be in attendance. This course will prepare students to be compliant with NAVMC 3500.114 Training and Readiness (T&R) Manual, DODI 6055.06M (Fire and Emergency Services Certifications), NFPA 1041 (Standard for Fire Service Instructor's Professional Qualifications CH. 5 and 6), NFPA 1021 (Standard for Fire Officer Professional Qualifications) because Aircraft Rescue Fire Fighters are required to have Fire Instructor I and II, Fire Officer I and II to carry out Mission Essential Tasks (MET) and for career progression. II. TRAINING REQUIREMENTS. All relevant requirements of NAVMC 3500.114 Training and Readiness Manual, DODI 6055.06m Fire and Emergency Services Certification Program, NFPA 1041 Standard for Fire Service Instructor's Professional Qualifications Chapters 5 and 6, NFPA 1021 Standard for Fire Officer Professional qualification, NFPA 1710 Standard for career Fire Departments must be met. PURPOSE: Aircraft Rescue and Fire Fighting (ARFF), as with all other departments within the United States Marine Corps, are required to follow their respective Training and Readiness (T&R) Manual to accomplish mission essential tasks (MET). The NAVMC 3500.114 requires ARFF Marines to obtain certifications for Fire Instructor I and II, Fire Officer I and II to be able to carry our daily MET. It is imperative for ARFF Marines to have to instruct the classes listed in our T&R Manual as required by DODI 6055.06 (Fire and Emergency Services Program), DODI 6055.06M (Fire and Emergency Services Certifications), and NFPA 1041 (Standard for Fire Service Instructor's Professional Qualifications CH. 5 and 6). Without these Certifications we will lose instructors due to regular rotations of EAS, PCS etc. who are certified to teach the classes as stated in our T&R Manual. DODI 6055.06 (Fire and Emergency Services Program), DODI 6055.06M (Fire and Emergency Services Certifications), and NFPA 1021 (Standard for Fire Officer Professional Qualifications) requires that the ARFF MOS leadership positions such as Crew Chiefs, Section Leaders, and any Incident Commander (IC) obtain Fire Instructor I and II to take command of any emergency. If these Marines do not have Fire Officer I and II they are not qualified to hold any of the above positions which will inhibit career progression. It is imperative that ARFF Marines receive the requested training for Fire Officer I and II, and Fire Instructor I and II to hold the positions needed to accomplish our mission and meet required MET's. SCOPE: The course is designed to be a series of formal instruction classes to meet the purpose outlined above. Upon successful completion of Instructor I, the student will be able to plan instruction, using a variety of instructional methods; teach diverse learners; evaluate course outcomes; and address the critical issues of safety and the legal issues of training. Upon successful completion of Instructor II, the student will be able to plan and develop all aspects of course curriculum, including a needs analysis, task analysis, course goals and objectives, a lesson plan, instructional support materials, and evaluation instruments. Upon successful completion of Fire Officer I, the student will be able to find ways to effectively manage human resources; community/public relations; fire department organizations and administration, including budgets, reports, and planning; fire inspection, investigation, and public education; emergency service delivery; and safety. Upon successful completion of Fire Officer II, the student will be able to effectively manage human resources, community/public relations, fire department organization and administration, including budgets, reports, and planning; fire inspection, investigation, public education, and emergency service delivery; and safety. The course content should include Fire Instructor I and II, Fire Officer I and II. Participants will conduct FOFF-3010 DOD certification as Fire Officer I, FFOF-3011 DOD certification as Fire Officer II, FINSP-3020 DOD certification. Conduct a period of instruction on a T&R Event, INST-5130 Develop a training plan. At a minimum this training shall include: • Fire Officer I- Fire & Emergency Services Company Officer - IFSTA/FPP - 4th edition III. DELIVERABLES. 1. By the Government to the Contractor: a. A suitably sized class room at the MCALF Bogue, NC BLDG 8102. The government can provide AV materials like: smart board with projector, and computer with power point capability. However, the instructor will need to bring any course specific material / learning aides. b. Payment will be made upon completion of the contract. 2. By the Contractor to the Government: a. Contractor shall provide a summary of instructor(s) qualifications in the form of a resume or CV to substantiate that the instructor(s) have met all requirements prior to the commencement of the course. b. Contractor must provide their own laptop if using a computer to present the material. c. Trainee handout guides which detail the specifics of the required for Fire and Emergency Services certification training requirements and the specific areas in which the students were trained. Trainee guides shall include a Table of Contents and individual page numbers. Should the contracted number of students not attend, the extra handout guides become property of the government. d. Individual and personalized Certificates of Completion, printed on high-quality paper, 8 ½" x 11" in size, suitable for framing, detailing the trainee's full name, the date of training completion, the name of the contractor providing the training, and the words: "Has Successfully Completed Fire Instructor I and II/III, and Fire Officer I and II. Training in compliance with the corresponding reference, NAVMC 3500.114 Training and Readiness Manual, DODI 6055.06m Fire and Emergency Services Certification Program, NFPA 1041 Standard for Fire Service Instructor's Professional Qualifications Chapters 5 and 6, NFPA 1021 Standard for Fire Officer Professional qualification." e. The Certificates of Completion shall be delivered to the Training Support Department at MCAS Cherry Point within 2 weeks of completion of training. f. PowerPoint presentation(s) covering all required criteria, detailed in Section II of this SOW. g. A comprehensive quote to provide training. A per student cost if additional seats are needed. h. At the completion of the training, the government must have an itemized statement of the costs and expenses incurred by the contractor to prepare and deliver subject training. IV. SCHEDULE. The contractor shall deliver subject training at a mutually agreed upon date, at a mutually agreed upon timeframe, at the MCALF Bogue Bldg 8102. Cape Carteret, NC 28584 in a suitably sized classroom. The contractor and the government, by signature hereon, agree that time is of the essence in completing this contract's requirements. V. COST ESTIMATE. For providing subject training to (20) government trainees, to include all contractor deliverables identified above. The cost estimate must be good for six (6) months. Additionally, the contactor must identify a "per student" cost should the # of trainees increase above the contracted amount. No additional fees above the agreed upon amount will be allowed unless additional trainees attend. Then, the cost per student will be added to the total cost estimate. VII. ADDITIONAL REQUIREMENTS. Payment of the contract will be made by WAWF. Third party processors (like PayPal) cannot be used. Please contact the administrator immediately if there are any problems with this method of payment. World events necessitate strict threat protection and security conditions, and extremely restricted access to the Air Station. To this end, should you be awarded this contract, you must provide the following: 1. A full criminal records check (at vendor's cost) on the employee / employees you are sending to conduct the training. This records check may be obtained from any of the following internet investigative services: www.infolinkscreening.com, www.castlebranch.com, www.accuratebackgroundinvestigations.com, or any other investigative service company that provides records checks of all 50 states. These services also validate social security card numbers. (Note: These internet screening services are listed as possible sources for obtaining a criminal background check. The United States Government and the United States Marine Corps do not endorse nor are they affiliated with any of these services.) 2. Your employee must possess a picture identification card from a state or federal agency. If the employee is approved access to the base, this documentation must be hand-carried by the instructor. 3. You must provide the employees' full name, social security number, date of birth, a copy of the criminal background check, driver's license number, state of issue, and mailing address two weeks prior to the first day of the class. Failure to provide this constitutes a "breach" of the training contract. 4. Your employee must provide proof of citizenship/ immigration status (birth certificate, INS forms or a passport). These documents should be hand-carried by the employee to the course. Access to the installation will be denied if it is determined that your employee: 1. Is on the National Terrorist Watch List. 2. Is illegally present in the United States. 3. Is subject to an outstanding warrant. 4. Has knowingly submitted an employment questionnaire with false or fraudulent information. 5. Has been issued a debarment order and is currently banned from military installations. 6. Is a registered sex offender, convicted felon (within the past 15 years), convicted of a drug crime in the past 5 years or convicted of a DWI/DUI within the last year. In any of the above cases apply, you must find a replacement instructor. Threat conditions change at a moment's notice. Personnel entering a military installation imply their consent to have explosive and narcotic detection dogs search their vehicle (a rental vehicle or personal vehicle). MCAS Cherry Point has certain areas that are not accessible to the public. There are also certain areas where photographs are not permitted. Your instructor must acknowledge that he/she is not permitted to approach the flight line unescorted. There is no unspoken "5 MPH over the posted speed limit rule" on the base. Oftentimes, drivers will receive a ticket if they go 1 MPH over the posted speed limit. Pedestrians have the "right of way" on the base. Drivers are required to stop if a pedestrian steps into the crosswalk. They are also required to reduce their speed to 15 MPH if they pass a troop formation that is either running or marching. As threat conditions increase, access to the base will be limited. For estimating purposes, commercial air transportation is usually arranged to New Bern, NC (EWN) via Charlotte, NC on a twin engine commuter plane. Instructors may also fly into Raleigh, NC; however, the Raleigh airport is three hours west of the Air Station. A taxi is available from the New Bern Airport, but all the lodging facilities and eating establishments are at least two miles from the Main gate. The base no longer has taxi service. Rental cars are recommended. Your cited cost for the class is all-inclusive of your company's indicated fees and travel costs. Lodging is available in the local area outside the main gate. Hampton Inn: (252)447-9400 - 105 Tourist Center Drive. Holiday Inn: (252)447-9000 - Hwy 70 West. The contracted entity shall not sub-contract any of this contract's requirements without prior, explicit approval from the government. VIII. References. The most current and up-to date references shall be used in developing and delivering subject training. Specifically, but not necessarily limited to, the following: 1. 1NAVMC 3500.114 Training and Readiness Manual 2. DODI 6055.06m Fire and Emergency Services Certification Program 3. NFPA 1041 Standard for Fire Service Instructor's Professional Qualifications Chapters 5 and 6 4. NFPA 1021 Standard for Fire Officer Professional qualification 5. NFPA 1710 Standard for career Fire Departments 6. NFPA 1031 Standard for Fire Professional Qualifications for Fire Inspector and Plan If not specifically set forth herein as a deliverable by the government to the contractor, the contractor will obtain the references as public domain information, normally available online at the appropriate regulatory agency's website http://www.dodffcert.com/documents/DoD_605506m_2010.pdf. Additionally, the Code of Federal Regulations (CFR) is made available as public domain information at: http://www.gpoaccess.gov/cfr/index.html. IX. Point of Contact. Carrie Ulery - Civilian Training Coordinator - (252)466-3835 DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 POP 01-JUN-2015 TO 05-JUN-2015 N/A MWSS-271 CORTNEY BELL BLDG 8102 BOGUE FIELD CAPE CARTERET NC 28584 252-466-5689 FOB: Destination M00271 0002 POP 08-JUN-2015 TO 12-JUN-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination M00271 0003 POP 15-JUN-2015 TO 19-JUN-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination M00271 0004 POP 22-JUN-2015 TO 26-JUN-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination M00271 Section G - Contract Administration Data CLAUSES INCORPORATED BY FULL TEXT 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). 2-IN-1 (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. M30146 (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC M67443 Issue By DoDAAC M00146 Admin DoDAAC M00146 Inspect By DoDAAC N/A Ship To Code N/A Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) M30146 Accept at Other DoDAAC N/A LPO DoDAAC M00146 DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Cortney.Bell@usmc.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Tammy.McNabb@usmc.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) Section I - Contract Clauses CLAUSES INCORPORATED BY FULL TEXT 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 HTTP://WWW.ACQ.OSD.MIL/DPAP/DARS/DFARSPGI/CURRENT/INDEX.HTML (End of clause) CLAUSES INCORPORATED BY REFERENCE 52.204-13 System for Award Management Maintenance JUL 2013 52.212-4 Contract Terms and Conditions--Commercial Items DEC 2014 52.222-99 (Dev) Establishing a Minimum Wage for Contractors (Deviation 2014-O0017) JUN 2014 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7999 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-O0010) FEB 2015 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7012 Safeguarding of Unclassified Controlled Technical Information NOV 2013 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAR 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] XX (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note). ____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). ____ (10) [Reserved] ____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). _ ____ (ii) Alternate I (NOV 2011) of 52.219-3. ____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I (JAN 2011) of 52.219-4. ____ (13) [Reserved] ____ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ____ (ii) Alternate I (NOV 2011). ____ (iii) Alternate II (NOV 2011). ____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ____ (ii) Alternate I (Oct 1995) of 52.219-7. ____ (iii) Alternate II (Mar 2004) of 52.219-7. ____ (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2014) (15 U.S.C. 637(d)(4)). ____ (ii) Alternate I (Oct 2001) of 52.219-9. ____ (iii) Alternate II (Oct 2001) of 52.219-9. ____ (iv) Alternate III (OCT 2014) of 52.219-9. ____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). ____ (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). ____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). ____ (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). ____ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (July 2013) (15 U.S.C. 637(m)). ____ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (July 2013) (15 U.S.C. 637(m)). XX (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). XX (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ____ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). XX (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). ____ (31) 52.222-37, Employment Reports on Veterans (July 2014) (38 U.S.C. 4212). ____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). XX (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). ____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). ____ (34) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (36) (i) 52.223-13, Acquisition of EPEAT® Registered Imaging Equipment (Jun 2014)+(E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-13. ____ (37)(i) 52.223-14, Acquisition of EPEAT® Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14. ____ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (39)(i) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. XX (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ____(42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ____ (ii) Alternate I (May 2014) of 52.225-3. ____ (iii) Alternate II (May 2014) of 52.225-3. ____ (iv) Alternate III (May 2014) of 52.225-3. ____ (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ____ (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ____ (45) 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). ____ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). XX (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). ____ (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ____ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (54)(i) 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). ____ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) _____ (1) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). _____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). _____ (5) 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). _____ (6) 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). _____ (7) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). _____ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). _____ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). _____ (10) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) 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. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(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 (APR 2010) (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 $650,000 ($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 (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (viii) 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. (ix) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (x) _____ (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). _____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xi) 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.) (xii) 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) (xiii) 52.222-54, Employment Eligibility Verification (Aug 2013). (xiv) 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). (xv) 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. (xvi) 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. (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). (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) Section L - Instructions, Conditions and Notices to Bidders CLAUSES INCORPORATED 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 HTTP://WWW.ACQ.OSD.MIL/DPAP/DARS/DFARSPGI/CURRENT/INDEX.HTML (End of clause) CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management JUL 2013 52.212-1 Instructions to Offerors--Commercial Items APR 2014 52.222-22 Previous Contracts And Compliance Reports FEB 1999 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.203-7998 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2015-O0010) FEB 2015 CLAUSES INCORPORATED BY FULL TEXT 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) ADDENDUM TO FAR 52.212-1 1) SUBMISSION OF QUOTES. a) The vendor is responsible for ensuring that quotes are received in the Contracting Office no later than 1:00 P.M. (EST) on 14 MAY 2015 as indicated on page one (1) of this solicitation. Failure of vendor's quote to be received prior to the hour and date specified may result in rejection of the quote. b) Quotes may be submitted electronically via e-mail to Joseph.Schwarz@USMC.MIL. c) RFQ Number M00146-15-T-X522 must be clearly shown in the subject line. 2) INSTRUCTIONS FOR THE PREPARATION OF QUOTES: The vendor shall submit technical, past performance, and price information in accordance with the following instructions: a) Technical Quote Instructions: The vendor's technical quote shall describe in detail and provide information that demonstrates how their quoted product their ability to perform the services in accordance with the requirements of the Statement of Work. The vendor must also provide delivery dates for each line item. The required delivery date/schedule is to start 15 JUNE 2015. b) Price Quote Instructions: The vendor's price quote shall include: i) The vendor's proposed firm-fixed price for each line item shown in Section B. Vendor must include unit price and total amount for each line item. c) Representations and Certifications Instructions. Contractors interested in doing business with the government must be registered in the System for Award Management (SAM). The vendor shall confirm that they are registered in SAM and that all representations and certifications are current in the system. Contractors must also be registered in the Wide Area Workflow (WAWF) invoicing system at https://wawf.eb.mil/. Section M - Evaluation Factors for Award CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation of quotes will be conducted on a low-priced, technically acceptable basis. All offers will be evaluated first on price. The lowest priced offer will be evaluated for technical acceptability on an acceptable/unacceptable basis. A technically acceptable offeror is one that demonstrates their ability to perform the services in accordance with the requirements of the Statement of Work within the required period of performance (Section F). Award will be made on an all or none basis. (b) Options. N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M00146-15-T-X522/listing.html)
 
Place of Performance
Address: MCALF Bogue Field, BLDFG 8102, Cape Carteret, North Carolina, 28584, United States
Zip Code: 28584
 
Record
SN03723619-W 20150509/150507234949-2fffef9ea25261694c90b10959ee89af (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  © 1994-2020, Loren Data Corp.