Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

R -- Senior Logistics Support Services - Amendment #1

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, District of Columbia, 20315-0350
 
ZIP Code
20315-0350
 
Solicitation Number
W912R118T0009
 
Archive Date
10/2/2018
 
Point of Contact
Sydney Marie Rinehart, Phone: 7036016823, Jacqueline Brown, Phone: 202 433-3142
 
E-Mail Address
ng.dc.dcarng.mbx.pc-requirement-request@mail.mil, jacqueline.m.brown.mil@mail.mil
(ng.dc.dcarng.mbx.pc-requirement-request@mail.mil, jacqueline.m.brown.mil@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Questions and Responses Cost Proposal Sheet ver1 DD254 Sr. Logistics Mgr. Senior Logistics Manager Support Services (I) 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. (II) Solicitation W912R118T0009 is issued as a Request for Quote (RFQ). (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-100. (IV) This acquisition is reserved for 100% Service Disabled Veteran Owned Small business concerns. The associated NAICS code for this acquisition is 541614; Standard Industrial Classification code is 8742; Small Business size standard is 15M. (V) SCHEDULE OF SUPPLIES/SERVICES: CLIN Structure (BASE) CLIN 0001 - Senior Logistics Manager (FFP): Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). Quantity: One (1) (FTE) (BASE) CLIN 0002 - Travel (NTE)(COST): The Contractor may be required to travel to off-site locations for meetings, training and site visits. The Contractor shall be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this CLIN. Travel expenses are not to exceed the annual amount of $1,250.00. (BASE) CLIN 0003 - Contractor Manpower Reporting Application (CMRA)(FFP): The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall 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. (OPTION 1) CLIN 1001 - Senior Logistics Manager (FFP): Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). Quantity: One (1) (FTE) (OPTION 1) CLIN 1002 - Travel (NTE) (COST): The Contractor may be required to travel to off-site locations for meetings, training and site visits. The Contractor shall be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this CLIN. Travel expenses are not to exceed the annual amount of $2,500.00. (OPTION YEAR 1) CLIN 1003 - Contractor Manpower Reporting Application (CMRA)(FFP): The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall 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. (OPTION YEAR 2) CLIN 2001 - Senior Logistics Manager (FFP): Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). Quantity: One (1) (FTE) (OPTION YEAR 2) CLIN 2002 - Travel (NTE) (COST): The Contractor may be required to travel to off-site locations for meetings, training and site visits. The Contractor shall be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this CLIN. Travel expenses are not to exceed the annual amount of $2,500.00. (OPTION YEAR 2) CLIN 2003 - Contractor Manpower Reporting Application (CMRA)(FFP): The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall 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. (OPTION YEAR 3) CLIN 3001 - Senior Logistics Manager (FFP): Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). Quantity: One (1) (FTE) (OPTION YEAR 3) CLIN 3002 - Travel (NTE) (COST): The Contractor may be required to travel to off-site locations for meetings, training and site visits. The Contractor shall be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this CLIN. Travel expenses are not to exceed the annual amount of $2,500.00. (OPTION YEAR 3) CLIN 3003 - Contractor Manpower Reporting Application (CMRA)(FFP): The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall 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. (OPTION YEAR 4) CLIN 4001 - Senior Logistics Manager (FFP): Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). Quantity: One (1) (FTE) (OPTION YEAR 4) CLIN 4002 - Travel (NTE) (COST): The Contractor may be required to travel to off-site locations for meetings, training and site visits. The Contractor shall be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this CLIN. Travel expenses are not to exceed the annual amount of $2,500.00. (OPTION YEAR 4) CLIN 4003 - Contractor Manpower Reporting Application (CMRA)(FFP): The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall 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. (VI) This solicitation is for the establishment of Senior Logistics Manager Support Services IAW the attached PWS. (VII) Place of Performance: DC National Guard USPFO, Supply and Services, 189 Poremba Ct SW, Bldg. 350 JBAB, Washington, DC 20373 (VIII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. (IX) The Government intends to award a contract to the offeror providing the best value; that is, price and past performance. The Government reserves the right to award a contract without discussions with respective offerors. Specifications are stated in the CLIN descriptions above. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The Contractor shall submit a complete offer to include: 1.) A detailed breakout of all pricing (via the Cost Proposal Template) 2.) Past Performance Questionnaire - Past Performance Questionnaires - Offerors are required to submit three (3) past performance questionnaires only. Past Performance Questionnaires shall be submitted by the respondents that are completing the questionnaires; and sent directly to the USPFO Contracting office. If no past performance questionnaires are received, the offeror will receive a neutral rating. Moreover, past performance questionnaires shall be relevant; that is, similar to the tasks specified in the PWS. Non relevant past performance questionnaires will receive a neutral rating as well. Past Performance Questionnaires are due no later than (NLT) 1 AM EST, September 17, 2018. Offerors shall have the referenced sources submit the Past Performance Questionnaires directly to ng.dc.dcarng.mbx.pc-requirement-request@mail.mil. 3.) DD 254 (X) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at http://sam.gov/. (XI) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. (XII) The clause FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive orders -- Commercial Items in its latest edition applies to this solicitation. In addition, the following clauses in their latest editions apply to this acquisition: FAR 52.203-6 Alt. 1, Restrictions on Subcontractor Sales to the Government 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-14, Service Contract Reporting Requirements 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.217-5, Evaluation of Options 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Terms of the Contract 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-17, Nondisplacement of Qualified Workers 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.224-3, Privacy Training 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-11, Accepting and Dispensing of $1 Coin DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support. 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.225-7000, Buy American-Balance of Payments Program Certificate. 252.225-7031, Secondary Arab Boycott of Israel. 252.232-7006, Wide Area WorkFlow Payment Instructions. 252.244-7000, Subcontracts for Commercial Items. (XIII) The following additional provisions are incorporated by reference: 52.212-1, (DEVIATION 2018-O0013) Instructions to Offerors-Commercial Items 52.219-1, Small Business Program Representations 52.252-1, Solicitation Provisions Incorporated by Reference 252.203-7005, Representation Relating to Compensation of Former DoD Officials. (XIV) Not Applicable (XV) All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: http://www.FBO.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the acquisition. http://www.FBO.gov. They will be contained in the in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than, 1 PM EST, 12 September 2018. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing by the Contracting Officer. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in SAMs (https://www.sam.gov/). (XVI) All Offers are due no later than (NLT) 11 AM EST 17 September 2018. All responsible sources that submit an offer, if timely received, shall be considered by the agency. All offers will be submitted/accepted by email at jeffrey.j.earle.mil@mail.mil; willie.c.weatherspoon.mil@mail.mil; and ng.dc.dcarng.mbx.pc-requirement-request@mail.mil. Point of Contact for this solicitation is SMSgt Jeffrey J. Earle at (202) 433-7430 or (240) 857-0075. Please Provide the Following: 1. Tax Identification Number: _____________________ 2. Company Registered in WAWF (Wide Area Workflow):_______________ If Not, Please register at https://wawf.eb.mil 3. Company Registered In System for Award Management (SAM):_______________ If Yes, What Is Your DUNS# and/or Cage Code: _______________ 4. Company Considered a Small or a Large Business under the NAICS Code of 541614. ______ 5. Company Name and Address: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Company Point of Contact: _______________________________________________________ Company Telephone: __________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49/W912R118T0009/listing.html)
 
Place of Performance
Address: DC National Guard USPFO, Supply and Services, 189 Poremba Ct SW, Bldg. 350, Joint Base Anacostia Bolling, District of Columbia, 20373, United States
Zip Code: 20373
 
Record
SN05088689-W 20180915/180913231634-1f3dd11aa376473f69c05a274dbb20a5 (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.