Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 29, 2019 SAM #6604
SOLICITATION NOTICE

R -- CBRN Response Enterprise Exercise (HUBZONE Small business Set-aside)

Notice Date
12/27/2019 12:14:59 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
W7NF USPFO ACTIVITY MI ARNG LANSING MI 48906 USA
 
ZIP Code
48906
 
Solicitation Number
W912JB20Q0004
 
Response Due
1/10/2020 9:00:00 AM
 
Archive Date
01/25/2020
 
Point of Contact
Milagros Isabel-Baez, Phone: 5174817817, Eva P. Lauchie. Contracting Officer , Phone: 5174817846
 
E-Mail Address
milagros.isabelbaez.civ@mail.mil, eva.p.lauchie.civ@mail.mil
(milagros.isabelbaez.civ@mail.mil, eva.p.lauchie.civ@mail.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
INTRODUCTION 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 written solicitation will not be issued. This solicitation is being issued as a request for quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. This is a Historically Underutilized Business Zone (HUBzone) set aside. The NAICS is 541990 and the small business size standard is $16,500,000.00. The Michigan Army National Guard has a requirement for Subject Matter Experts (SMEs) in support of a CBRN Response Enterprise Exercise. Please see the attached Performance Work Statement (PWS) for specifications. The period of performance shall be on/or about 6 Jan 2020 (or date of award whichever is later) through 8 JULY 2020. Place of Performance shall be at the Joint Force Head Quarters 3423 N Martin Luther King Jr. Blvd, Lansing, MI 48906. This is a firm fixed price contract: CLIN Description Quantity U/M 0001 CPX Exercise 1 Job 0002 Contract Manpower Reporting 1 Job 0003 CPX Exercise Planner 1 Month The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services for the National Guard Bureau 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 1through 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. Contractors may direct questions to the help desk at http://www.ecmra.mil. Each CLIN is identified as 1 JOB which provides for multiple invoices to be submitted at the time of performance. Invoices are to be submitted for services performed; invoices will not be accepted for billing future services during the period of performance. Invoices must be submitted through Wide Area Work Flow (https://wawf.eb.mil). Invoices may be submitted at a frequency of no more than once a month. 1.1 Optional up to six (6) Month Extension FAR 52.217-8 Please provide a firm fixed price (FFP) quotation for services to be performed in the event that the Government unilaterally exercises FAR 52.217-8, which would facilitate up to six (6) month extension of the period of performance $ �� per month. GENERAL INSTRUCTIONS Offers shall submit a Quote via email in accordance with the instructions contained herein. Each electronic file shall be clearly named in accordance with the solicitation provisions. The Offeror�s Quote shall be submitted in according to the requirements set forth below: Quotes will be considered late unless the Offeror completes the entire submission of the quote before the closing date and time for receipt of Quotes under this solicitation. Late Quotes may not be eligible for award. Quote submission must be completed by the date and time indicated below. Please note: As applicable, these submission instructions will also apply to any future correspondence related to this solicitation. Errors, Omissions, or Ambiguities If an Offeror believes the solicitation, including the Performance Work Statement, contains an error, omission, or ambiguity, or is otherwise unsound, the Offeror shall immediately notify the Contract Administrator and Contracting Officer in writing with supporting rationale prior to the date set for the closing for receipt of quotes. False Statements in Offers Offerors must provide full, accurate, and complete information as required by this solicitation and its attachments. The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. QUESTIONS AND AMENDMENTS All questions regarding this RFQ shall be submitted in writing to milagros.isabelbaez.civ@mail.mil. Questions are due no later than 12:00pm (ET), January 3, 2019. Questions submitted via telephone or voicemail will not be accepted and will not be addressed in any amendments to the RFQ. Answers to questions will be provided to all prospective Offerors, giving due regard to the proper protection of the proprietary inbfo9rmation. In order to receive responses to questions, Offerors shall cite, at a minimum, the section, paragraph, number, and page number in the format shown below. Further, Offerors� are reminded that the Government will not address any hypothetical questions aimed toward receiving a potential �evaluation decision� from the Government. When submitting questions and comments, please refer to the specific text of the RFQ in the following format: Email �subject line� shall read: RFQ No.: W912JB-20-Q-0004 � Questions Submitted (Contractor Name) Questions shall be submitted in a Microsoft Excel file in the following format: Solicitation or Attachments RFQ Section Paragraph No. Page No.(s) Questions Category (Contract or Technical) Question 1 2 All questions will be answered in an amendment and provided to all Offerors via FedBizOpps. The government will not attribute any questions(s) asked to the submitting Offeror(s). If Amendments to the solicitation are issued, all Offerors must acknowledge the Amendments by signing the accompanying Standard Form 30 and returning the signed Standard Form 30 for all Amendments issued with the Offeror�s quote submission. Failure to acknowledge all Amendments issued by the Government may result in the quote submitted in response to the solicitation being found non-responsive by the Government. QUOTE CONTENT AND SUBMISSION INSTRUCTIONS The Government intends to make an award based on initial proposals but reserves the right to hold discussions. Offerors are encouraged to ensure initial proposal is their best and final. The Government also reserves the right to require minor clarifications. However, the Government may award without having discussions or requesting clarification for ambiguity. DO NOT submit quotes on FBO; they will not be accepted. It is the vendor�s responsibility to monitor this site for any amendments. The government is not responsible for any attachments that are rejected by the cyber security due to corruption or virus extensions. It is the offeror�s responsibility to contact the POC via email to verify the quote is received PRIOR to the date and time set for the due date of RFQ. Quote Submission Due Date Responses for the submission of your Quote of this solicitation shall be received no later than 12:00pm, (ET) on Friday January 10, 2020 to the email address identified herein. Quote Content Offerors shall include the following information in the cover letter of their quote: Contact Name Contact Phone No. and E-mail Address Complete business Mailing Address Duns No. and Cage Code Your quote shall be clearly organized and presented in order to allow an evaluation by the Government. An Offeror�s quote is presumed to represent the Offeror�s best efforts to respond to the RFQ. Furthermore, the services priced must be consistent with the services that are described in the Performance Work Statement. The Offeror is permitted to submit on-going projects as demonstrated prior experience (for itself or Major Subcontractors) if 12 months of performance, at a minimum, under the on-going contract has been completed and if the Offeror clearly describes the stage that the project is and what has been completed under performance to date. Technical Approach The offeror shall provide a written Technical Approach in response to the RFQ and Performance Work Statement (PWS). The Technical Approach shall describe how the Offeror will meet or exceed the requirements of the PWS. Key Personnel (maximum 2 page per resume for each proposed Key Personnel) The offeror shall submit resumes for all proposed Key Personnel. The resumes shall demonstrate the proposed Key Personnel meet the experience and education requirements for the labor category of both the Offeror�s Contract and any additional requirements set forth in this solicitation for Key Personnel. The resumes shall demonstrate the technical competency of each proposed Key Personnel to support the requirements of the scope and contractual obligations contained within this solicitation and the Offeror�s Contract for each Key Personnel. Key Personnel proposed must be an employee of the Prime Offeror or a Major Subcontractor to the Prime Offeror. Major Subcontractors may only team and propose with one Prime Offeror in response to this solicitation. The resumes shall identify the proposed Key Personnel as either �Existing Employee of the Prime Offeror� or �Existing Employee of Major Subcontractor�. EVALUATION FACTORS FOR AWARD The Government intends to award to a HUBZONE that meets all the requirements listed in the PWS and to a responsible company whose quote, conforming to the terms and conditions of the solicitation, is most advantageous to the government based on price and other related factors that provide the best value to the government. Best value will be determined by evaluating each quote for prior experience, past performance and the capability to simulate real life scenarios. All evaluation factors are approximately equal. Evaluation Factors The Government will evaluate Offeror�s quote submissions based on the following evaluation factors. Factor 1 � Demonstrated Specialized Prior Experience The Government will assess its level of confidence that the prime contractor will successfully perform the requirements based on their EXPERIENCE, considering matters such as -- a minimum of four (4) of Army Staff Operation Order writing experience a minimum of two (2) of FEMA Emergency management and FEMA Incident Command experience including, at a minimum, the completion of FEMA ICS 100 and 200 courses, 300 and 400 courses are preferred. Factor 2 � Capability of Proposed Key Personnel The offering contractor shall have the ability to create .KMZ files without Government assistance Factor 3 � Technical and Management Approach Factor 4 � Price Factor 5 � Compliance with the Performance Work Statement and the terms and conditions of this solicitation Factor 6 - Past Performance BASIS FOR AWARD One award will be made to the responsible Offeror submitting an overall quote that is determined most advantageous to the Government, price and non-price related factors considered. The basis for award will be best value in accordance with FAR 13.106. Evaluation will be conducted and selection will be made in accordance with the guidelines provided in the Federal Acquisition Regulation (FAR), the Performance Work Statement, and this RFQ. The Government intends to award to the Hub-zone small business that meets or exceeds the technical specifications listed and meets the provisions of the solicitation. The perceived benefits of the higher priced quote shall merit the additional cost when comparing the evaluation factors which are approximately equal. The awardee must not have negative or adverse information on FAPIIS or SPRS in the last three years. Negative or adverse action in FAPIIS or SPRS in the last three years may render your quote unacceptable. The following provisions and clauses are applicable to this solicitation: The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. See attached addenda for quote instructions. The provision at 52.212-2, Evaluation -- Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision. See addenda. Offers should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. See addenda. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. See addenda. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition. See addenda.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b6784a40cafe464fb3202c27ed3baba5/view)
 
Place of Performance
Address: Lansing, MI 48906, USA
Zip Code: 48906
Country: USA
 
Record
SN05524387-F 20191229/191227230139 (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.