SOLICITATION NOTICE
R -- Maritime Program Manager Services - Package #1
- Notice Date
- 5/12/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Army, National Guard Bureau, 129 RQW, BASE CONTRACTING, PO BOX 103/STOP 25, MOFFETT FEDERAL AIRFIELD, California, 94035
- ZIP Code
- 94035
- Solicitation Number
- W912LA-16-T-7009
- Archive Date
- 6/4/2016
- Point of Contact
- Paul N. Ochs, Phone: 650-603-8575, Bardia Barmaki, Phone: 650-603-8575
- E-Mail Address
-
paul.n.ochs.mil@mail.mil, bardia.barmaki.mil@mail.mil
(paul.n.ochs.mil@mail.mil, bardia.barmaki.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This document contains the Performance Work Statement (PWS) for this acquisition. This document contains the full text of the combined synopsis/solicitation as well as all of the applicable clauses (included by reference and full text) for this acquisition. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is W912LA-16-T-7009 and is hereby issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-87 (6 Apr 2016). This acquisition is 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) is 541990, "All Other Professional, Scientific and Technical Services" is applicable. The Small Business Size Standard is $15,000,000.00. The successful offeror shall provide the following Contract Line Item Numbers (CLINs): CLIN 0001 Marine Program Manager Services All work will be performed in accordance with (IAW) the attached Performance Work Statement (PWS). The period of performance for this effort is one (1) calendar year after award and is comprised of approximately 2,008 billable hours. CLIN 0002 Reimbursable Travel Expenses This CLIN is provided for reference only and will be used to reimburse the Contractor for travel and per diem expenses IAW FAR 31.205-46 and the Joint Travel Regulation (JTR). Offerors should not provide pricing for this CLIN. The 131st Rescue Squadron (RQS) requires contracted support of its maritime equipment maintenance and training program. The scope of this requirement is to provide comprehensive dive program management and operations support services for the 131 RQS. These services include program management for the inspection, inventory, maintenance and repair of all squadron-assigned commercial off the shelf (COTS) dive, maritime, and compressed air breathing system equipment; providing advisory and technical instruction to 131 RQS personnel; and providing real-world support for domestic operations when required. The 131 RQS previously obtained these services through the National Guard Bureau (NGB) Professional Administrative Support Services (PASS) program. Despite the squadron's continuing need for these services, the contract vehicle for these services has since ended. Due to the mission-critical and enduring nature of this requirement, the 131 RQS is therefore procuring these services as a standalone requirement. All services under this requirement will be performed at Moffett Federal Airfield, Santa Clara County, California 94035. Additionally, services may be required at various domestic operational and training sites as specified in the PWS and/or dictated by mission requirements. The period of performance for this effort is one (1) calendar year. The FAR provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Addenda have been added to this provision; please see the solicitation's attachments for the full text. The FAR provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Addenda have been added to this provision; please see the solicitation's attachments for the full text. Offerors are advised to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. If the offeror's firm has completed their annual representations and certifications electronically via the System for Award Management (SAM) website, offerors need only complete paragraphs (b) of the provision. Please see the solicitation's attachments for the full text. The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. No addenda have been added to this provision; please see the solicitation's attachments for the full text.. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders, applies to this acquisition. This clause has been incorporated with Deviation 2013-O0019; please see the solicitation's attachments for the full text. Offerors are advised of the additional contract requirements: •1. 1. That the duties prescribed in the attached PWS may require the successful offeror's employees to travel aboard military aircraft. •2. 2. The offeror's employees will be required to perform diving services in support of training and real-world domestic recovery missions. •3. 3. IAW the Defense FAR Supplement clause at 252.232-7003, all invoicing must be submitted via the Wide Area Workflow (WAWF) system. •4. 4. It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. All provisions and clauses may be viewed in full text at http://farsite.hill.af.mil. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. All responses to this solicitation must be received by 2:00pm, May 26, 2016. Proposals may be submitted via the following methods: Email response to both of the email addresses provided: Contracting Officer: MSgt, Paul (Nick) Ochs, paul.n.ochs.mil@mail.mil Contracting Specialist: TSgt Bardia Barmaki, bardia.barmaki.mil@mail.mil •2. First Class Postage or Commercial Carrier: 129 MSG/MSC Attention: MSgt Ochs/TSgt Barmaki 680 Macon Road, Room 34 Moffett Field, CA 94035-0103 For questions/concerns regarding this solicitation, contact MSgt Paul (Nick) Ochs ( paul.n.ochs.mil@mail.mil ) via email; telephone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-3/W912LA-16-T-7009/listing.html)
- Place of Performance
- Address: 663 Macon Road, Moffett Field, California, 94035-0103, United States
- Zip Code: 94035-0103
- Zip Code: 94035-0103
- Record
- SN04114296-W 20160514/160512234038-c9975475c172a2cd84fd15c8ec95dd88 (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 |