SOLICITATION NOTICE
U -- Chemical and Biological WMD Training - Atch1_PWS
- Notice Date
- 5/18/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa, 50131-1902
- ZIP Code
- 50131-1902
- Solicitation Number
- W912LP-16-Q-3013
- Archive Date
- 6/10/2016
- Point of Contact
- Vicky L. Williams, Phone: 5152524615, Tracy C. Canada, Phone: 5152524616
- E-Mail Address
-
vicky.l.williams10.civ@mail.mil, tracy.c.canada.mil@mail.mil
(vicky.l.williams10.civ@mail.mil, tracy.c.canada.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Wage Determination Full Text Provisions and Clauses Performance Work Statement 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. This solicitation, W912LP-16-Q-3013, is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87, effective 06 April 2016. This procurement is Unrestricted. The NAICS code is 541611 and the small business size standard is $15 million. The basis for award is best value, with evaluation factors of technical, past performance and price. Past performance and technical, when combined, are approximately equal to price. The following commercial services are requested in this solicitation: Contractor shall provide all personnel, expertise, equipment and materials necessary to conduct facilitated biological and chemical weapons of mass destruction (WMD) training with full-scale exercises, as described in the Performance Work Statement (PWS) (reference Attachment #1). Contract line item numbers (CLIN) and quantities are as follows: CLIN 0001, BWA Training & Exercise, 1 JOB CLIN 0002, CWA Training & Exercise, 1 JOB CLIN 0003, CMR Reporting, 1 JOB Descriptions: CLINS 0001 and 0002 - Contractor shall provide all personnel, expertise, materials and equipment necessary to conduct training and full-scale exercises as described within the Performance Work Statement (PWS). Training will be conducted for up to 25 students from one (1) or more Civil Support Teams (CSTs). CLIN 0003: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Army collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at http://www.ecmra.mil/. The following provisions are incorporated into this solicitation by reference: FAR 52.212-1, Instruction to Offerors - Commercial Items DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008 (DEV 2016-O0001), Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.225-7031, Secondary Arab Boycott of Israel The following clauses are incorporated into this solicitation by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7997 (DEV 2016-O0003), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7012 (DEV 2016-O0001), Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment #2, Solicitation W912LP-16-Q-3013 Full-Text Provisions and Clauses. FAR 52.212-2, Evaluation - Commercial Items DFARS 252.203-7996 (DEV 2016-O0003), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Offerors shall include completed copies of the following certifications with their offer.) FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I DFARS 252.209-7991 (DEV 2016-O0002), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law - FY2016 Appropriations The following clauses are incorporated by full text. The full text is found in Attachment #2, Solicitation W912LP-16-Q-3013 Full-Text Provisions and Clauses. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items DFARS 252.232-7006, Wide Area Workflow Payment Instructions Submission Requirements: 1. Price Proposal. Provide a firm-fixed price (FFP) for CLINS 0001 and 0002. FFP or indicate "no charge" for CLIN 0003. 2. Proposed training curriculum 3. Proposed agenda, broken down by week and day 4. For Lead Instructor and Secondary Instructor - provide list of biology and chemistry labs worked in, to include type of work experience in listed labs 5. For all proposed instructors - provide resumes or bio's, including copies of current certifications 6. A list of at least three (3) and no more than five (5) references for whom offeror has performed services/training of similar size and scope. Include the following information for each reference: (a) Name of company/agency; (b) Point of Contact (POC) Name; (c) POC phone number; (d) POC email address; (e) dollar value of contract; (f) performance period of contract; (g) brief description of services/training provided to referenced company/agency Proposals are due at 11:00 a.m. local (central) time on 26 May 2016, at USPFO for Iowa, Camp Dodge, ATTN: SFC Tracy Canada, 7105 NW 70th Avenue, Bldg 3475, Johnston, Iowa, 50131-1824. Proposals may be uploaded to FedBizOpps or submitted via e-mail to SFC Tracy Canada, tracy.c.canada.mil@mail.mil and Ms. Vicky Williams, vicky.l.williams10.civ@mail.mil. Facsimile proposals will not be accepted. Questions regarding this solicitation may be directed to SFC Tracy Canada, Contract Specialist, at (515) 252-4616 or Ms. Vicky Williams, Contracting Officer, at (515) 252-4615 or to the email addresses identified for receipt of proposals.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-16-Q-3013/listing.html)
- Place of Performance
- Address: Venue will be within three (3) hours travel time from Des Moines, IA., United States
- Record
- SN04121114-W 20160520/160518234704-da32fc858f7686193dd51fff8a030dff (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 |