Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2019 SAM #6597
SOLICITATION NOTICE

R -- 32ND WMD Civil Support Team CBRN Exercise

Notice Date
12/20/2019 7:01:27 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
W7ND USPFO ACTIVITY MD ARNG HAVRE DE GRACE MD 21078-4094 USA
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-20-Q-0017
 
Response Due
1/21/2020 7:00:00 AM
 
Archive Date
02/05/2020
 
Point of Contact
Frank Harris, Phone: 4109428475, John Ebmeier, Phone: 410 942-8471
 
E-Mail Address
Frank.d.Harris.civ@mail.mil, john.ebmeier@us.army.mil
(Frank.d.Harris.civ@mail.mil, john.ebmeier@us.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
32nd WMD Civil Support Team �Solicitation Number: W912K6-20-Q-0017 Agency: Department of the Army Office: National Guard Bureau Location: USPFO for Maryland Notice Type:� Combine Synopsis/Solicitation Response Date: �January 21, 2020 Set Aside: Total Small Business Classification:� R429 Support � Professional: Emergency Response, Disaster Planning and Preparedness Support. NAICS Code:� 541 Professional, Scientific, and Technical Services/ 541611 � Administrative Management and General Management Consulting Services. Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, supplemented with additional information included in this notice using procedures under FAR Part 13.5. The solicitation number is W912K6-20-Q-0017 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-06. The associated North American Industrial Classification System (NAICS) code for this procurement is, 541611, Administrative Management and General Management Consulting Services. A single contract will be awarded and is subject to availability of funds IAW Federal Acquisition Regulation 52.232-18. This requirement can be filled by one vendor. This requirement is a set aside to total small business. The USPFO for Maryland has a requirement for the upcoming training event. BACKGROUND: The 32nd Weapons of Mass Destruction-Civil Support Team is tasked to develop and support regional training and exercise activities aimed at enhancing domestic Chemical Biological Radiological Nuclear (CBRN) contingency readiness. The 32nd WMD-CST ensures these functions are integrated and complementary where appropriate. In an effort to provide conditions wherein the participants are challenged with probable real-world situations, the 32nd WMD-CST must use external organizations to provide large scale, partner-rich exercises.� REQUIREMENTS: The contractor shall provide a one-day, full scale exercise including Maryland response partners on February 6th or 7th, 2020, date TBD. The location should be within 90 minutes of Fort Meade, MD 20755. The contractor shall provide scenario development, refinement, and radiological training sources of sufficient strength to drive basic radiologic response safety calculations, CBRN detection sources, role players, real-world medical, and sanitation support. Contractor personnel assigned to these support tasks shall possess the skills and expertise necessary to perform assigned tasks associated with this Performance Work Statement.� The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide realism and training value to the 32nd WMD-CST exercise as defined in this PWS. CONTRACT TYPE AND EVALUATION CRITERIA: The contract type for this procurement will be a firm-fixed price. The award will be made based of best value IAW FAR Part 13.106. The Government, with evaluation based on, FIRST - capability of the contractor to meet the all of the requirements outlined in the PWS and PRS Technical Exhibit 1. SECOND - past performance history. THIRD - price. Maryland National Guard reserves the right to award to other than the lowest price if the lowest quote submitted does not meet all of the required specifications and does not provide the best value to the government. Quotes must be valid for 90 days past proposal due date. CLIN 001 CST Exercise $ CLIN 002 CMRA * $ *CMRA � Contract Manpower Reporting DELIVERY, INSPECTION, ACCEPTANCE AND FOB POINT: Shipping will be Free on Board (FOB) Destination to: N/A NOTES: Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. System for Award Management (SAM) SAM.gov REGISTRATION IS FREE: There is NO FEE to register, or maintain your registration, in the System for Award Management (SAM.gov). If you receive an email from a company claiming to represent SAM.gov, be cautious. If you get an e-mail from a company offering to help you register in SAM.gov asking you to contact them and pay them money, be cautious. These messages are not from the Federal Government. It is FREE TO REGISTER in SAM.gov for any entity. You will need your DUNS number to register. Instructions for registering are on the web page provided. The solicitation with associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf CMRA: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report all Contractor manpower, including subcontractor manpower, required for performance of this Contract. The Contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: 1.) Contracting Office, Contracting Officer, Contracting Officer�s Technical Representative; 2.) Contract number, including task and delivery order number; 3.) Beginning and ending dates covered by reporting period; 4.) Contractor name, address, phone number, email address, identity of Contractor Employee entering data; 5.) Estimated direct labor hours, including subcontractors; 6.) Estimated direct labor dollars paid this reporting period, including subcontractors; 7.) Total payments, including subcontractors; 8.) Predominant Federal Service Code (FSC) reflecting services provided by Contractor, and separate predominant FSC for each subcontractor if different; 9.) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); 10.) Locations where Contractor and subcontractors perform the work (specified by Zip Code in the United States and nearest City/Country, when in an overseas location, using standardized nomenclature provided on website); 11.) Presence of deployment or contingency contract language, and; 12.) Number of Contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30th of each government fiscal year and must be reported and must be reported by the 31st of October of each calendar year. Applicable Clauses/Regulations: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): https://www.acquisition.gov/ 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): https://www.acquisition.gov/ 52.203-3, Gratuities 52.203-6 ALT I, Restrictions on Subcontractor Sales to the Government 52.203-19, Prohibition on requiring Certain Internal Confidentiality Agreements or Statement. 52.204-2 ALT II, Security Requirements 52.204-4, Printed or Copied � Double sided on Post-Consumer Fiber Content Paper 52.204-7, System for Award Management. 52.204-8, Annual Representations and Certification 5.204-9, Personal Identity Verification of Contractor Personnel. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award 52.204-13, System for Award Management Maintenance. 52.204-14, Service Contract Reporting Requirements 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-21, Basic Safeguarding of Covered Contractor Information System 52.204-22, Alternative Line Item Proposal. 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. 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on technical acceptability and price. Offeror must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial applies to this acquisition. 52.219-6, Notice of Total Small Business Set-Aside. 52.219-14, Limitations on Subcontracting 52.219-28, Post-Award Small Business Program Representations. 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 Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222.37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Acts 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards � Price Adjustment 52.222-50, Contracting Trafficking in Person 52.222-55, Minimum Wages under Executive Order 13658 52.223-1, Biobased Product Certification 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contract. 52.223-3, Hazardous Material Identification and Material Safety Data 52.223-4, Recovered Material Certification. 52.223-5, Pollution Prevention and right-to-Know Information 52.223-17, Affirmative Procurement of EPA-designated Items in Services and Construction Contract. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer � System for Award Management 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations 52.228-3, Worker�s Compensation Insurance (Defense Base Act) 52.228-5, Insurance � Work on Government Installation 52.228-16, Performance and Payment Bonds � Other Than Construction 52.232-18, Availability of Funds 52.239-39, Unenforceable of Unauthorized Obligations 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. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.246-16, Responsibility for Supplies 52.247-34, F.O.B. Destination 252.201-7000, Contracting Officer�s Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, System for Award Management applies to this acquisition. 252.204-7009, Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.209-7001, Disclosure of Ownership or Control a Government of a Terrorist Country 252.212-7000, Offeror Representations and Certifications �Commercial Items 252.225-7001, Buy American and Balance of Payments Program 252.225-7015, Restriction on Acquisition of hand or measuring tools 252.225-7048, Export � Controlled Items. 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor Terrorism 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payment 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7001, Information Assurance Contractor Training and Certification. 252.244-7000, Subcontracts for Commercial Items 252.247-7022, Representation of Extent of Transportation by Sea 252.247-7023, Transportation of Supplies by Sea Site Visit:� No site visit required. 32nd WMD Civil Support Team �Solicitation Number: W912K6-20-Q-0017 Agency: Department of the Army Office: National Guard Bureau Location: USPFO for Maryland Notice Type:� Combine Synopsis/Solicitation Response Date: �January 21, 2020 Set Aside: Total Small Business Classification:� R429 Support � Professional: Emergency Response, Disaster Planning and Preparedness Support. NAICS Code:� 541 Professional, Scientific, and Technical Services/ 541611 � Administrative Management and General Management Consulting Services. Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, supplemented with additional information included in this notice using procedures under FAR Part 13.5. The solicitation number is W912K6-20-Q-0017 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-06. The associated North American Industrial Classification System (NAICS) code for this procurement is, 541611, Administrative Management and General Management Consulting Services. A single contract will be awarded and is subject to availability of funds IAW Federal Acquisition Regulation 52.232-18. This requirement can be filled by one vendor. This requirement is a set aside to total small business. The USPFO for Maryland has a requirement for the upcoming training event. BACKGROUND: The 32nd Weapons of Mass Destruction-Civil Support Team is tasked to develop and support regional training and exercise activities aimed at enhancing domestic Chemical Biological Radiological Nuclear (CBRN) contingency readiness. The 32nd WMD-CST ensures these functions are integrated and complementary where appropriate. In an effort to provide conditions wherein the participants are challenged with probable real-world situations, the 32nd WMD-CST must use external organizations to provide large scale, partner-rich exercises.� REQUIREMENTS: The contractor shall provide a one-day, full scale exercise including Maryland response partners on February 6th or 7th, 2020, date TBD. The location should be within 90 minutes of Fort Meade, MD 20755. The contractor shall provide scenario development, refinement, and radiological training sources of sufficient strength to drive basic radiologic response safety calculations, CBRN detection sources, role players, real-world medical, and sanitation support. Contractor personnel assigned to these support tasks shall possess the skills and expertise necessary to perform assigned tasks associated with this Performance Work Statement.� The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide realism and training value to the 32nd WMD-CST exercise as defined in this PWS. CONTRACT TYPE AND EVALUATION CRITERIA: The contract type for this procurement will be a firm-fixed price. The award will be made based of best value IAW FAR Part 13.106. The Government, with evaluation based on, FIRST - capability of the contractor to meet the all of the requirements outlined in the PWS and PRS Technical Exhibit 1. SECOND - past performance history. THIRD - price. Maryland National Guard reserves the right to award to other than the lowest price if the lowest quote submitted does not meet all of the required specifications and does not provide the best value to the government. Quotes must be valid for 90 days past proposal due date. CLIN 001 CST Exercise $ CLIN 002 CMRA * $ *CMRA � Contract Manpower Reporting DELIVERY, INSPECTION, ACCEPTANCE AND FOB POINT: Shipping will be Free on Board (FOB) Destination to: N/A NOTES: Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. System for Award Management (SAM) SAM.gov REGISTRATION IS FREE: There is NO FEE to register, or maintain your registration, in the System for Award Management (SAM.gov). If you receive an email from a company claiming to represent SAM.gov, be cautious. If you get an e-mail from a company offering to help you register in SAM.gov asking you to contact them and pay them money, be cautious. These messages are not from the Federal Government. It is FREE TO REGISTER in SAM.gov for any entity. You will need your DUNS number to register. Instructions for registering are on the web page provided. The solicitation with associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf CMRA: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report all Contractor manpower, including subcontractor manpower, required for performance of this Contract. The Contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: 1.) Contracting Office, Contracting Officer, Contracting Officer�s Technical Representative; 2.) Contract number, including task and delivery order number; 3.) Beginning and ending dates covered by reporting period; 4.) Contractor name, address, phone number, email address, identity of Contractor Employee entering data; 5.) Estimated direct labor hours, including subcontractors; 6.) Estimated direct labor dollars paid this reporting period, including subcontractors; 7.) Total payments, including subcontractors; 8.) Predominant Federal Service Code (FSC) reflecting services provided by Contractor, and separate predominant FSC for each subcontractor if different; 9.) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); 10.) Locations where Contractor and subcontractors perform the work (specified by Zip Code in the United States and nearest City/Country, when in an overseas location, using standardized nomenclature provided on website); 11.) Presence of deployment or contingency contract language, and; 12.) Number of Contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30th of each government fiscal year and must be reported and must be reported by the 31st of October of each calendar year. Applicable Clauses/Regulations: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): https://www.acquisition.gov/ 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): https://www.acquisition.gov/ 52.203-3, Gratuities 52.203-6 ALT I, Restrictions on Subcontractor Sales to the Government 52.203-19, Prohibition on requiring Certain Internal Confidentiality Agreements or Statement. 52.204-2 ALT II, Security Requirements 52.204-4, Printed or Copied � Double sided on Post-Consumer Fiber Content Paper 52.204-7, System for Award Management. 52.204-8, Annual Representations and Certification 5.204-9, Personal Identity Verification of Contractor Personnel. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award 52.204-13, System for Award Management Maintenance. 52.204-14, Service Contract Reporting Requirements 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-21, Basic Safeguarding of Covered Contractor Information System 52.204-22, Alternative Line Item Proposal. 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. 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on technical acceptability and price. Offeror must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial applies to this acquisition. 52.219-6, Notice of Total Small Business Set-Aside. 52.219-14, Limitations on Subcontracting 52.219-28, Post-Award Small Business Program Representations. 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 Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222.37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Acts 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards � Price Adjustment 52.222-50, Contracting Trafficking in Person 52.222-55, Minimum Wages under Executive Order 13658 52.223-1, Biobased Product Certification 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contract. 52.223-3, Hazardous Material Identification and Material Safety Data 52.223-4, Recovered Material Certification. 52.223-5, Pollution Prevention and right-to-Know Information 52.223-17, Affirmative Procurement of EPA-designated Items in Services and Construction Contract. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer � System for Award Management 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations 52.228-3, Worker�s Compensation Insurance (Defense Base Act) 52.228-5, Insurance � Work on Government Installation 52.228-16, Performance and Payment Bonds � Other Than Construction 52.232-18, Availability of Funds 52.239-39, Unenforceable of Unauthorized Obligations 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. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.246-16, Responsibility for Supplies 52.247-34, F.O.B. Destination 252.201-7000, Contracting Officer�s Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, System for Award Management applies to this acquisition. 252.204-7009, Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.209-7001, Disclosure of Ownership or Control a Government of a Terrorist Country 252.212-7000, Offeror Representations and Certifications �Commercial Items 252.225-7001, Buy American and Balance of Payments Program 252.225-7015, Restriction on Acquisition of hand or measuring tools 252.225-7048, Export � Controlled Items. 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor Terrorism 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payment 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7001, Information Assurance Contractor Training and Certification. 252.244-7000, Subcontracts for Commercial Items 252.247-7022, Representation of Extent of Transportation by Sea 252.247-7023, Transportation of Supplies by Sea Site Visit:� No site visit required. Quotes shall be submitted by email to Scot Smythe, and Frank Harris, Contracting Specialists, at ng.md.mdarng.list.uspfo-arpc@mail.mil; no later than January 21, 2020 10:00 A.M. EST. Quotes shall be clearly marked RFQ W912K6-20-Q-0017. Offerors are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, it will not be considered by the agency.� Telephone requests will not be considered. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Question Submission:� Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted via email to Mr. Scot Smythe or Mr. Frank Harris at ng.md.mdarng.list.uspfo-arpc@mail.mil no later than January 14, 2020 10:00 A.M. Questions not received within the allowable time may not be considered. Point of Contact: USPFO for Maryland, Contracting Division at ng.md.mdarng.list.uspfo-arpc@mail.mil. Contracting Office Address: USP&FO for Maryland, Purchasing and Contracting Division 301 Old Bay Lane State Military Reservation Havre de Grace, Maryland 21078-4003 United States Primary Point of Contact: Mr. Scot E. Smythe
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bcd9bcdfe3b8412ebdf01c309dc334ff/view)
 
Place of Performance
Address: Fort George G Meade, MD 20755, USA
Zip Code: 20755
Country: USA
 
Record
SN05522394-F 20191222/191220230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.