Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 23, 2017 FBO #5844
SOLICITATION NOTICE

U -- Fire Certification Classes - Attachment 2---Quote Sheet - Attachment 1---PWS

Notice Date
11/21/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
Department of the Army, Army Contracting Command, CSBs, 413th CSB (W912D0) RCO Wainwright, PO Box 35510, 1064 Apple Street, Fort Wainwright, Alaska, United States
 
ZIP Code
00000
 
Solicitation Number
W912D0-18-T-0002
 
Archive Date
12/21/2017
 
Point of Contact
Steven W. Wade, Phone: 9073537126
 
E-Mail Address
steven.w.wade.civ@mail.mil
(steven.w.wade.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS for Fire Certification Classes Quote Sheet fro Fire Certification Classes This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ) in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. If there are areas where FAR Parts 12 and 13 conflict, FAR Part 12 will take precedence. Solicitation number W912D0-18-T-0002 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95, effective 19 January 2017. This acquisition is solicited for Full and Open Competition. North American Industry Classification Standards (NAICS) code 611310 with the size standard not to exceed 27.5 Million will be used. Description of Requirement: To purchase the services of a qualified instructor to provide certification training to Fire Officer I, Incident Safety Officer, and Fire Inspector II Levels of training for the Fort Wainwright Fire Department. The 413th Contracting Support Brigade, Regional Contracting Office Fort Wainwright Alaska, is requesting a source to provide certification training to the levels indicated below and IAW the listed certification. 1. Fire Officer I certification class IAW NFPA 1021. 2. Incident Safety Officer (ISO) certification class IAW NFPA 1521. 3. Fire Inspector II certification class IAW NFPA 1031. Each class will accommodate up to twenty students. The Vendor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision and other items and non-personal services necessary to perform certification to FO-1, ISO, and FI-II courses as defined in this Performance Work Statement (PWS). The Instructor must be certified in the area they are teaching. The Instructor shall be able to issue IFSAC and/or Pro Board Certifications. The certification classes will be conducted on Fort Wainwright, Alaska 99703. CLIN STRUCTURE The CLIN structure on the award will be broken out in two CLINS: CLIN 1. Fire Certification Classes: (per PWS para 1.1, 1.4) The Vendor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision and other items and non-personal services necessary to perform certification to FO-1, ISO, and FI-II courses as defined in this Performance Work Statement (PWS). The Instructor must be certified in the area they are teaching. The Instructor shall be able to issue IFSAC and/or Pro Board Certifications. CLIN 2. Contractor Manpower Reporting: (per PWS para 5.3) Contractor can insert any amount up to the Government's not to exceed price of $200 for this requirement. Contractor Manpower Reporting Costs: 25 OCT 2017 - 30 SEP 2018. The Contractor Manpower Reporting requirement is associated with the Office of the Assistant Secretary of the Army (Manpower and Reserve Affairs) requirement to obtain better visibility of the Contractor service workforce. The Contractor is required to enter data into the Contractor Manpower Reporting Application (CMRA) system as outlined in local information titled Contractor Manpower Reporting located with the clauses incorporated into the contract. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 31 October of each calendar year. Data must be accurate and complete and entered into CMRA during the data gathering period of every year, or part of a year, for which the contract is in force. NOTE: If the reporting of Manpower Equivalents is not separately priced, insert "NSP in the blank shown. If a Vendor decides to not do the CMR CLIN please annotate with a NSP for that CLIN. Questions: Any questions must be received no later than November 29, 2017, 3:00 PM Eastern Time. Questions must be e-mailed to myself so that I can post questions and answers for all interested Vendors to see. Telephone calls for question discussion is discouraged. Quote Information: Quotes must be received no later than Wednesday, December 6, 2017, at 3:00 PM EST. (11:00 A.M.) Alaska Standard Time. Please utilize the quote sheet in Attachment 2---Quote Sheet to annotate your quote for this service. Please e-mail the completed quote sheet to Steven Wade at steven.w.wade.civ@mail.mil Contact Information: The Primary Point of Contact for this acquisition will be: Steven Wade, (907) 353-7126, e-mail: steven.w.wade.civ@mail.mil The Alternate Point of Contact is: Raymond Padgett, (907) 353-7390, e-mail: raymond.padgett5.civ@mail.mil BASIS FOR AWARD: A Firm-Fixed Price award will be issued in writing. Telephone bids will not be processed. Award shall be made only to contractors who have registered with System for Award Management (SAM) and have the appropriate NAICS CODE 611310 loaded in their Reps and Certs Section in SAM ( if small business entity). Vendors may register at: http://www.sam.gov. Evaluation Procedures: A Contract will be awarded to the Lowest Price Technically Acceptable offer that meets the requirements listed in this solicitation and meets the requirements in Attachment 1---PWS. Clauses and Provisions: The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant contract: • FAR Provision 52.204-07, System for Award Management. • FAR Provision 52.204-16, Commercial and Government Entity Code Reporting. • DFAR Provision 252.204-7004, Alternate A, System for Award Management. • FAR Provision 52.212-1, Instructions to Offerors - Commercial Items. • FAR Provision 52.212-2, Evaluation---Commercial Items. • FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Each offeror shall include a completed copy of the provisions with the quotation. The Word document is available for downloading the representation and certifications and in the entire from at http://farsite.hill.af.mil/ • FAR Provision 52.222-19, Child Labor Cooperation with Authorities and Remedies. • FAR Provision 52.252-1, Solicitation Provisions Incorporated by Reference. • DFAR Provision 252.203-7005, Representation Relating to Compensation of Former DOD Officials. • DFAR Provision 252.204-7011, Alternative Line Item Structure. • FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items. • FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders/Commercial Items. • FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government-Alternate I. • FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. • FAR Clause 52.204-13, System for Award Management. • FAR Clause 52.204-18, Commercial and Government Entity Code Maintenance. • FAR Clause 52.219-1, Small Business Program Representations. • FAR Clause 52.219-3, Notice of HUBZone Set-Aside or Sole Source Award. • FAR Clause 52.219-6, Notice of Total Small Business Set-Aside. • FAR Clause 52.219-13, Notice of Set-Aside Orders. • FAR Clause 52.219-14, Limitations on Subcontracting. • FAR Clause 52.219-28, Post Award Small Business Program Representation. • FAR Clause 52.222-3, Convict Labor. • FAR Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies. • FAR Clause 52.222-21, Prohibition of Segregated Facilities. • FAR Clause 52.222-26, Equal Opportunity. • FAR Clause 52.222-36, Affirmative Action for Workers with Disabilities. • FAR Clause 52.222-41, Service Contract Act of 1965 as Amended. • FAR Clause 52.222-50, Combating Trafficking in Persons. • FAR Clause 52.222-55, Minimum Wages Under Executive Order 13658. • FAR Clause 52.222-62, Paid Sick Leave Under Executive Order 13706. • FAR Clause 52.223-3, Hazardous Material Identification and Materiel Safety Data. • FAR Clause 52.223-5, Pollution Prevention and Right-to-know Information. • FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. • FAR Clause 52.225-13, Restriction on Certain Foreign Purchases. • FAR Clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. • FAR Clause 52.232-39, Unenforceability of Unauthorized Obligations. • FAR Clause 52.233-3, Protest After Award. • FAR Clause 52.233-4, Applicable Law for Breach of Contract Claim. • FAR Clause 52.252-2, Clauses Incorporated by Reference. • DFAR Clause 252.203-7000, Requirements Relating to Compensation of Former DOD Officials. • DFAR Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. • DFAR Clause 252.204-7003, Control of Government Personnel Work Product. • DFAR Clause 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. • DFAR Clause 252.211-7003, Item Unique Identification and Valuation. • DFAR Clause 252.223-7008, Prohibition of Hexavalent Chromium. • DFAR Clause 252-225-7036, Buy American Act And Balance of Payments Program. • DFAR Clause 252.232-7010, Levies on Contract Payments. • DFAR Clause 252.244-7000, Subcontracts for Commercial Items. Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests. Attachments: Attachment 1---PWS Attachment 2---Quote Sheet Contracting Office Address: RCO-AK (PARC Pacific, 413th CSB) PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5f5aa291164bbde247eba871e8c1f9a5)
 
Place of Performance
Address: Bldg. 3004, Fire Station 1, Fort Wainwright, Alaska, 99703, United States
Zip Code: 99703
 
Record
SN04746262-W 20171123/171121231143-5f5aa291164bbde247eba871e8c1f9a5 (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.