Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
MODIFICATION

U -- Technical Instruction Services for a High Risk Event Planning Course

Notice Date
6/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
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-18-R-0013
 
Archive Date
9/29/2018
 
Point of Contact
Tracy C. Canada, Phone: (515) 252-4616, Vicky L. Williams, Phone: (515) 252-4615
 
E-Mail Address
tracy.c.canada.mil@mail.mil, vicky.l.williams10.civ@mail.mil
(tracy.c.canada.mil@mail.mil, vicky.l.williams10.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
***Amendment 001 is incorporated to correct the the title of this posting to "Technical Instruction Services for a "High Risk Event Planning" course. All other details of the combined synopsis/solicitation remain unchanged.*** 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; quotes are being requested and a written solicitation will not be issued. This solicitation, W912LP-18-R-0013, 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) 2005-98, effective 31 May 2018. This procurement is set aside 100% for small businesses. The NAICS code is 611699 and the small business size standard is $11 million. The following commercial services are requested in this solicitation: Contractor shall provide Technical Instruction Services for a "High Risk Event Planning" Course, in accordance with the attached Performance Work Statement (PWS). Contract line item numbers (CLINs) and quantities are as follows: CLIN 0001, Technical Instruction Services, High Risk Event Planning, Base Period, Estimated Period of Performance (POP): Date of Award - 31 May 2019, Quantity/Unit of Issue: 3 Job (Job = Course Iteration) CLIN 0002, Contractor Manpower Reporting for services provided in Base Period, Estimated Period of POP: Date of Award - 31 May 2019, Quantity/Unit of Issue: 1 Job CLIN 1001, Technical Instruction Services, High Risk Event Planning, Option Period 1, POP 1 Jun 2019 - 31 May 2020, Quantity/Unit of Issue: 4 Job (Job = Course Iteration) CLIN 1002, Contractor Manpower Reporting for services provided in Option Period 1, POP: 1 Jun 2019 - 31 May 2020, Quantity/Unit of Issue: 1 Job CLIN 2001, Technical Instruction Services, High Risk Event Planning, Option Period 2, POP 1 Jun 2020 - 31 May 2021, Quantity/Unit of Issue: 4 Job (Job = Course Iteration) CLIN 2002, Contractor Manpower Reporting for services provided in Option Period 2, POP: 1 Jun 2020 - 31 May 2021, Quantity/Unit of Issue: 1 Job CLIN 3001, Technical Instruction Services, High Risk Event Planning, Option Period 3, POP 1 Jun 2021 - 31 May 2022, Quantity/Unit of Issue: 4 Job (Job = Course Iteration) CLIN 3002, Contractor Manpower Reporting for services provided in Option Period 3, POP: 1 Jun 2021 - 31 May 2022, Quantity/Unit of Issue: 1 Job Proposal prices for CLINs 0001, 1001, 2001, and 3001 shall be firm fixed price (FFP) and inclusive of all labor, materials, travel, supervision, and associated services required to perform the training described within the Performance Work Statement (PWS). CLINS 0002, 1002, 2002, and 3002 may be priced, or contractor may indicate "Not Separately Priced (NSP)" on the proposal for these CLINs. The following provisions are incorporated into this solicitation by reference: DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism The following clauses are incorporated into this solicitation by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.232-18, Availability of Funds FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7012, Safeguarding of Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information to Litigation Support DFARS 252.225-7048, Export Controlled Items 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 #1 titled "Solicitation W912LP-18-R-0013 Full-Text Provisions and Clauses." Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. FAR 52.212-1, Instructions to Offerors - Commercial Items (Tailored IAW FAR 12.301(b)(1)) FAR 52.212-2, Evaluation - Commercial Items (with Addendum) FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials The following clauses are incorporated by full text. The full text is found in Attachment #1 titled "Solicitation W912LP-18-R-0013 Full-Text Provisions and Clauses." FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.222-49, Service Contract Labor Standards - Place of Performance Unknown DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Questions regarding this solicitation may be submitted to Ms. Tracy Canada, Contract Specialist, or Ms. Vicky Williams, Contracting Officer, to the email addresses provided below. Questions may be submitted at any time during the solicitation period. Questions & Answers (Q&A's) will be posted by no later than 3:30 p.m. local (central) time, the Friday of each week. Final questions shall be submitted no later than 11:00 a.m. local (central) time on 02 Jul 2018. A final Q&A will be consolidated and posted to FedBizOpps on a non-attribution basis. The final Q&A will be posted no later than 5:00 p.m. on 05 Jul 2018. All proposals shall reference RFP number W912LP-18-R-0013. Reference Attachment #3a, Submission Requirements, for a description of the documents that are required with the proposal package. Proposals are due at 11:00 a.m. local (central) time on 12 Jul 2018. One (1) original plus two (2) copies of hard copy proposals (binders) and the electronic proposal on CD/DVD shall be mailed to USPFO for Iowa, Purchasing and Contracting (P&C), Camp Dodge, ATTN: Ms. Tracy Canada, 7105 NW 70th Avenue, Bldg. 3475, Johnston, Iowa, 50131-1824, using a trackable delivery method. An electronic copy of proposals may be submitted via e-mail to Ms. Tracy Canada, tracy.c.canada.mil@mail.mil and Ms. Vicky Williams, vicky.l.williams10.civ@mail.mil; however e-mailed copies of proposals do NOT eliminate the requirement for the CD/DVD to be mailed with the hard copy binders. Facsimile proposals will not be accepted. The contractor is responsible for ensuring that proposals are received in the USPFO P&C Office by the due date/time. Attachments: #1 - Performance Work Statement #2 - Full Text Provisions and Clauses #3a - Submission Requirements #3b - Offeror/Instructor Qualifications Checklist #4a - Past Performance Questionnaire Cover Letter #4b - Past Performance Questionnaire #5 - Service Contract Labor Standards Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-18-R-0013/listing.html)
 
Place of Performance
Address: Camp Dodge, 7105 NW 70th Avenue, Johnston, Iowa, 50131, United States
Zip Code: 50131
 
Record
SN04952175-W 20180614/180612230622-eb31b393ebe34bc21da6e7583ad1543e (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.