Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
SOLICITATION NOTICE

U -- Training Services - SOW

Notice Date
8/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
192118FMIKRO00018
 
Archive Date
9/1/2018
 
Point of Contact
Michelle Britton, Phone: 2407322773
 
E-Mail Address
Michelle.Britton@ice.dhs.gov
(Michelle.Britton@ice.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Customized Interactive Training for Mission Support Specialists i. This is a combined synopsis/solicitation for commercial items 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 separate written solicitation will not be issued. ii. This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99-1. iv. This procurement is unrestricted. The North American Industry Classification System (NAICS) code is 611710 and the small business size standard $15,000,000.00. v. A list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable) are included in the attached Statement of Work. vi. A description of the services to be provided is included in the attached Statement of Work (SOW) vii. This contract may be utilized in Plantation, Florida, USA. viii. Award evaluation and basis for award will be performed in accordance with FAR 52.212-2, Evaluation-Commercial Items and will be based on the Lowest Evaluated Price Technically Acceptable (LPTA) offer. ix. The provision at 52.212-1, Instructions to Offerors - Commercial and 52.212-2, Evaluation -- Commercial Items; 52.204-7 -- System for Award Management. x. Offerors should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. xi. The clauses at 52-204-13 --System for Award Management Maintenance (Oct 2016) and 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. xii. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, to include clauses 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41, Service Contract Labor Standards; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- System for Award Management. 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. HSAR 3052.216-70 xiii. The additional contract requirements are included in the attached SOW. xiv. The order is unrated according to Defense Priorities and Allocations System (DPAS). xv. Quotes are due electronically no later than August 17, 2018 at 3:00 PM EST to Michelle.Britton@ice.dhs.gov. It is the responsibility of the vendor to ensure that their Quotes has been received. It is recommended that a separate email or phone call is made to ensure that the Quotes have been received. xvi. Offers must be valid for a minimum of 30 days (90 days preferred). All prospective offerors interested in submitting a quote must include company name, mailing address, point of contact, phone number, e-mail address, and business status. xvii. The deadline for questions to be submitted is close of business August 15, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DM/192118FMIKRO00018/listing.html)
 
Record
SN05032465-W 20180812/180810231300-627fbe6c94a9e98fc6215807d4e9cd7d (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.