Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2017 FBO #5735
SOLICITATION NOTICE

R -- Maritime Program Manager (MPM) Services - Initial Package

Notice Date
8/4/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Army, National Guard Bureau, 129 MSG/MSC, CA ANG, PO BOX 103/STOP 25, MOFFETT FEDERAL AIRFIELD, California, 94035, United States
 
ZIP Code
94035
 
Solicitation Number
W912LA-17-R-7025
 
Archive Date
9/19/2017
 
Point of Contact
Paul N. Ochs, , Bardia Barmaki,
 
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
Attachment 6 - Past Performance Questionnaire Attachment 5 - Wage Determination Attachment 4 - Additional Instructions to Offerors Attachment 3 - Applicable Provisions and Clauses Attachment 2 - Proposal Coversheet Attachment 1 - Performance Work Statement Combined Synopsis/Solicitation Request for Proposal Maritime Program Manager Services 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-17-R-7025 and is hereby issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-95 (19 January 2017). This acquisition is 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) is 541614, "Process, Physical Distribution, and Logistics Consulting Services" is applicable. The Small Business Size Standard is $15,000,000.00. The Government intends to award a firm fixed-price (FFP) contract with one (1) of one (1) year and four (4) option periods of one (1) year each in accordance with the attached Performance Work Statement (PWS); see Attachment 1. The successful offeror shall provide the following Contract Line Item Numbers (CLINs) for the base performance period; see Attachment 2 for all CLINs and the associated periods of performance, to include all option periods. CLIN 0001 MARITIME PROGRAM MANAGER SERVICES The Contractor shall provide all manpower, supervision, and associated materials and services necessary to provide MARITIME PROGRAM MANAGER SERVICES for the 131st Rescue Squadron, Moffett ANGB, Santa Clara County, California. All work shall conform to the attached Performance Work Statement (PWS). CLIN 0002 CONTRACTOR MANPOWER REPORTING REQUIREMENT The Contractor shall provide all CONTRACTOR MANPOWER REPORTING requirements in accordance with Paragraph 4.7 of the attached Performance Work Statement (PWS). CLIN 0003 GOVERNMENT-DIRECTED TRAVEL This CLIN is provided for information purposes only. The scope of this requirement is to provide comprehensive program management of the 131st Rescue Squadron (131 RQS) Maritime Program. These services include program management for the inspection, inventory, maintenance, and repair of all squadron-assigned dive and maritime equipment. Contractor shall also be responsible for providing advisory and technical instruction to squadron-assigned personnel in the use and operation of this equipment, and for providing real-world recovery and repair support for domestic operations when required. The FAR provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. See the full text of the provision provided in Attachment 3, Applicable Provisions & Clauses, for instructions on submitting a proposal. The FAR provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. See the full text of the provision provided in Attachment 4, Instructions, for the evaluation criteria. The FAR provision at 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items, applies to the requirement. Offerors are advised to submit a completed copy of the provision with their offer (see Attachment 3, Applicable Provisions & Clauses ). If the offeror has completed their annual representations and certifications electronically via the System for Award Management (www.SAM.gov) website, offerors need only complete paragraphs (b) of the provision. 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. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes, applies to this acquisition. This clause has been incorporated with Deviation 2013-O0019 by reference Offerors are advised of the additional contract requirements: IAW the Defense FAR Supplement clause at 252.232-7006, Wide Area Workflow Payment Instructions, all invoicing must be submitted via the Wide Area Workflow (WAWF) website. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Questions regarding this solicitation must be received no later than 2:00pm, August 21, 2017. Submit questions to both email addresses identified below. All proposals must be submitted no later than 2:00pm, September 4, 2017. It is the offeror's responsibility to ensure their proposal is received by the date and time specified. In accordance with FAR 15.208, if your proposal is not received at the initial point of entry to the Government (identified below), by the exact date and time specified above, it will be determined late and will not be evaluated. Proposal, as the term is used here, means all volumes and/or parts of the proposal. Offerors shall submit their proposal as specified below: The offeror shall submit their proposal electronically via the US Army Aviation and Missile Research Development and Engineering Center (AMRDEC) Safe Access File Exchange (SAFE) (https://safe.amrdec.army.mil/SAFE/Welcome.aspx). When submitting proposals to AMRDEC, the offeror will need to specifically authorize access to the proposals to the following persons: MSgt Paul (Nick) Ochs (paul.n.ochs.mil@mail.mil) MSgt Bardia Barmaki (bardia.barmaki.mil@mail.mil) ATTACHMENTS 1 Performance Work Statement (18 Pages) 2 Proposal Coversheet (2 Pages) 3 Applicable Provisions & Clauses (33 Pages) 4 Additional Instructions to Offerors (7 Pages) 5 Service Contract Act Wage Determination (11 Pages) 6 Past Performance Questionnaire (4 Pages)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-3/W912LA-17-R-7025/listing.html)
 
Place of Performance
Address: Pararescue Training Facility, Building 663, Moffett ANGB, California, 94035-0103, United States
Zip Code: 94035-0103
 
Record
SN04612956-W 20170806/170804231116-fb255ad154f5852e7c778b465895caed (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.