Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SOLICITATION NOTICE

U -- Technical Instruction Services for ""Writing Narcotic Search Warrants"" Course

Notice Date
8/21/2020 8:20:16 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
W7M8 USPFO ACTIVITY IA ARNG JOHNSTON IA 50131-1824 USA
 
ZIP Code
50131-1824
 
Solicitation Number
W912LP-20-R-0008
 
Response Due
9/8/2020 9:00:00 AM
 
Archive Date
09/23/2020
 
Point of Contact
Megan Kaszinski, Phone: 5152524498, Tracy C. Miller, Phone: 5152524616
 
E-Mail Address
megan.r.kaszinski.mil@mail.mil, tracy.c.miller11.mil@mail.mil
(megan.r.kaszinski.mil@mail.mil, tracy.c.miller11.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Technical Instruction Services Writing Narcotic Search Warrants Course 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-20-R-0008, 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) 2020-08, effective�13 Aug�2020.� This procurement is a 100% Small Business set-aside in accordance with (IAW) the Federal Acquisition Regulation (FAR) Part 19.502-2 (b).� The NAICS code is 611519 and the small business size standard is $16.5 million.� The following commercial services are requested in this solicitation: Contractor shall provide Technical Instruction Services for a �Writing Narcotic Search Warrants� 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, �Writing Narcotic Search Warrants� course, Base Period, Estimated Period of Performance (POP): Date of Award � 31 May 2021, Quantity/Unit of Issue: 6 Each (Each = course iteration) CLIN 0002, Contractor Manpower Reporting for services provided from Date of Award � 31 May 2021, Quantity/Unit of Issue: 1 Each CLIN 1001, Technical Instruction Services, �Writing Narcotic Search Warrants� course, Option Period 1, POP 1 Jun 2021 � 31 May 2022, Quantity/Unit of Issue: 8 Each CLIN 1002, Contractor Manpower Reporting for services provided from 1 Jun 2021 � 31 May 2022, Quantity/Unit of Issue: 1 Each CLIN 2001, Technical Instruction Services, �Writing Narcotic Search Warrants� course, Option Period 2, POP 1 Jun 2022 � 31 May 2023, Quantity/Unit of Issue: 8 Each CLIN 2002, Contractor Manpower Reporting for services provided from 1 Jun 2022 � 31 May 2023, Quantity/Unit of Issue: 1 Each CLIN 3001, Technical Instruction Services, �Writing Narcotic Search Warrants� course, Option Period 3, POP 1 Jun 2023 � 31 May 2024, Quantity/Unit of Issue: 8 Each CLIN 3002, Contractor Manpower Reporting for services provided from 1 Jun 2023 � 31 May 2024, Quantity/Unit of Issue: 1 Each CLIN 4001, Technical Instruction Services, �Writing Narcotic Search Warrants� course, Option Period 4, POP 1 Jun 2024 � 31 May 2025, Quantity/Unit of Issue: 8 Each CLIN 4002, Contractor Manpower Reporting for services provided from 1 Jun 2024 � 31 May 2025, Quantity/Unit of Issue: 1 Each Proposal prices for CLINs 0001, 1001, 2001, 3001 and 4001 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, 3002 and 4002 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: FAR 52.212-1 (DEV), Instructions to Offerors � Commercial Items (Jun 2020) (DEVIATION 2018-O0018) DFARS 252.215-7007, Notice of Intent to Re-solicit (Jun 2012) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005) DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Dec 2018) The following clauses are incorporated into this solicitation by reference: FAR 52.203-3, Gratuities (Apr 1984) FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Oct 2018) FAR 52.217-8, Option to Extend Services (Nov 1999) FAR 52.219-6 (DEV 2020-O0008), Notice of Total Small Business Set-Aside (Mar 2020) (DEVIATION 2020-O0008) FAR 52.219-14 (DEV), Limitations on Subcontracting (Apr 2020) (DEVIATION 2020-O0008) FAR 52.223-43, Fair Labor Standards Act and Service Contract Labor Standards � Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) DFARS 252.201-7000, Contracting Officer�s Representative (Dec 1991) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7012, Safeguarding of Covered Defense Information and Cyber Incident Reporting (Dec 2019) DFARS 252.204-7015, Notice of Authorized Disclosure of Information to Litigation Support (May 2016) DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Dec 2019) DFARS 252.225-7012, Preference for Certain Domestic Commodities (Dec 2017) DFARS 252.225-7048, Export Controlled Items (Jun 2013) DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Apr 2019) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) DFARS 252.243-7002, Requests for Equitable Adjustment (Dec 2012) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (Feb 2019) The following provisions are incorporated by full text.� The full text is found in Attachment #2, 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 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment (Dec 2019) FAR 52.209-7, Information Regarding Responsibility Matters (Oct 2018) FAR 52.212-2, Evaluation � Commercial Items (Oct 2014) (with addendum) FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items (Oct 2018), Alternate I (Jun 2020) DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation (Dec 2019) DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation (Dec 2019) DFARS 252.247-7022, Representation of Extent of Transportation by Sea (Jun 2019) The following clauses are incorporated by full text.� The full text is found in Attachment #2, Full-Text Provisions and Clauses. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (Jul 2020) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) FAR 52.222-49, Service Contract Labor Standards � Place of Performance Unknown (May 2014) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Dec 2018) All proposals shall reference RFP number W912LP-20-R-0008. Reference Attachment #3, Submission Requirements, for a description of the past performance and technical document submissions that are required with the proposal package. Proposals are due at 11:00 a.m. local (central) time on 8 September 2020 at USPFO for Iowa, Purchasing and Contracting (P&C), Camp Dodge, ATTN: Mrs. Megan Kaszinski, 7105 NW 70th Avenue, Bldg. 3475, Johnston, Iowa, 50131-1824. It is recommended that proposals be sent using a trackable delivery method, and the tracking number(s) e-mailed to Mrs. Megan Kaszinski, megan.r.kaszinski.mil@mail.mil. Facsimile proposals will not be accepted.� Regardless of how proposals are sent, the offeror is responsible for following up to ensure they are received in the USPFO P&C Office by the due date/time. Questions regarding this solicitation may be directed to Mrs. Megan Kaszinski, Contract Specialist, at (515) 252-4498 or to the email addresses identified above by no later than 31 August 2020. Attachments: #1 � Performance Work Statement #2 � Full Text Provisions and Clauses #3 � Submission Requirements #4a � Past Performance Questionnaire Cover Letter #4b � Past Performance Questionnaire #5 � Service Contract Labor Standards Wage Determination
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9732110cae054fe0bb6dd4edb39cb61f/view)
 
Place of Performance
Address: Johnston, IA 50131, USA
Zip Code: 50131
Country: USA
 
Record
SN05769068-F 20200823/200821230203 (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.