Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 29, 2021 SAM #7180
SOLICITATION NOTICE

U -- Technical Instruction Services Basic and Advanced Physical Surveillance Course- IAARNG MCTC

Notice Date
7/27/2021 10:15:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
W7M8 USPFO ACTIVITY IA ARNG JOHNSTON IA 50131-1824 USA
 
ZIP Code
50131-1824
 
Solicitation Number
W912LP-21-R-0005
 
Response Due
8/11/2021 9:00:00 AM
 
Archive Date
08/26/2021
 
Point of Contact
Megan Kaszinski, Phone: 5152524498, Tracy C Miller, Phone: 5152524248
 
E-Mail Address
megan.r.kaszinski.mil@mail.mil, tracy.c.miller11.civ@mail.mil
(megan.r.kaszinski.mil@mail.mil, tracy.c.miller11.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Technical Instruction Services Physical Surveillance Course Basic and Advanced 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; proposals are being requested and a written solicitation will not be issued. �This solicitation, W912LP-21-R-0005, 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) 2021-06, effective 07-12-2021. 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 611699 and the small business size standard is $12.0 million. The following commercial services are requested in this solicitation: Contractor shall provide Technical Instruction Services for a �Basic and Advanced Physical Surveillance� 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, �Basic and Advanced Physical Surveillance� course, Base Period, Estimated Period of Performance (POP): Date of Award � 31 May 2022, Quantity/Unit of Issue: 6 Jobs (Job = course iteration) CLIN 1001, Technical Instruction Services, �Basic and Advanced Physical Surveillance� course, Option Period 1, POP: 1 Jun 2022 � 31 May 2023, Quantity/Unit of Issue: 10 Jobs CLIN 2001, Technical Instruction Services, �Basic and Advanced Physical Surveillance� course, Option Period 2, POP 1 Jun 2023 � 31 May 2024, Quantity/Unit of Issue: 10 Jobs CLIN 3001, Technical Instruction Services, �Basic and Advanced Physical Surveillance� course, Option Period 3, POP 1 Jun 2024 � 31 May 2025, Quantity/Unit of Issue: 10 Jobs CLIN 4001, Technical Instruction Services, �Basic and Advanced Physical Surveillance� course, Option Period 4, POP 1 Jun 2025 � 31 May 2026, Quantity/Unit of Issue: 10 Jobs Proposal prices for all CLINs 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). The following FAR and DFARS provisions (P) and clauses (C) are incorporated into this solicitation by reference. The full text of all provisions and clauses can be viewed at www.acquisition.gov. (C) FAR 52.203-3, Gratuities (P) FAR 52.204-7, System for Award Management (C) FAR 52.204-13, System for Award Management Maintenance (P) FAR 52.204-16, Commercial and Government Entity Code Reporting (C) FAR 52.204-18, Commercial and Government Entity Code Maintenance (C) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (C) FAR 52.212-4, Contract Terms and Conditions � Commercial Items (C) FAR 52.232-39, Unenforceability of Unauthorized Obligations (C) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (C) DFARS 252.201-7000, Contracting Officer�s Representative (C) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (C) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (C) DFARS 252.204-7000, Disclosure of Information (C) DFARS 252.204-7003, Control of Government Personnel Work Product (P) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (C) DFARS 252.204-7012, Safeguarding of Covered Defense Information and Cyber Incident Reporting (C) DFARS 252.204-7015, Notice of Authorized Disclosure of Information to Litigation Support (C) DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (P) DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (C) DFARS 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (P) DFARS 252.215-7008, Only One Offer (C) DFARS 252.225-7012, Preference for Certain Domestic Commodities (C) DFARS 252.225-7048, Export Controlled Items (C) DFARS 252.225-7052, Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten (C) DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (C) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (C) DFARS 252.232-7010, Levies on Contract Payments (C) DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors (C) DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (C) DFARS 252.243-7002, Requests for Equitable Adjustment (C) DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (C) DFARS 252.247-7023, Transportation of Supplies by Sea The following FAR and DFARS provisions (P) and clauses (C) are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses. Offeror 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. Any Representations and Certifications that are NOT available or completed within SAM shall be printed, completed, and submitted with the proposal. (P) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment (P) FAR 52.209-7, Information Regarding Responsibility Matters (P) FAR 52.212-1, Instructions to Offerors � Commercial Items (P) FAR 52.212-2, Evaluation � Commercial Items (with addendum) (P) FAR 52.212-3, Alt I, Offeror Representations and Certifications - Commercial Items, Alternate I (C) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (C) FAR 52.217-9, Option to Extend the Term of the Contract (C) FAR 52.219-6 (DEV), Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008) (C) FAR 52.219-14 (DEV), Limitations on Subcontracting (DEVIATION 2020-O0008) (C) FAR 52.222-49, Service Contract Labor Standards � Place of Performance Unknown (P) FAR 52.229-11, Tax on Certain Foreign Procurements � Notice and Representation (NOTE: this provision is not in SAM so Offeror will need to complete Attachment #7 and return with proposal) (P) DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials (P) DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation (P) DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation (C) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (P) DFARS 252.239-7098 (DEV), Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites � Representation (DEVIATION 2021-O0003) All proposals shall reference RFP number W912LP-21-R-0005. Offerors shall submit an original (1) and two (2) hard copies of complete proposals. PLUS one (1) electronic copy of the complete proposal on CD/DVD(s). Electronic copies may not be submitted on flash drives/thumb drives, as their use is prohibited on the government�s computers. 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 11 August 2021 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. The Government recommends that the Offeror ship proposals using a trackable delivery method, and email the tracking number(s) to 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 shall be submitted in writing via email to megan.r.kaszinski.mil@mail.mil and tracy.c.miller11.civ@mail.mil by 10:00 am local (central) time on 30 July 2021. Verbal questions will not be accepted. The Government will answer questions to clarify the Government�s requirements, but will not answer questions related to an Offeror�s specific proposal information. Please phrase questions in such a way that neither your firm identity nor proposal details are revealed within the question. All questions and their answers will be recorded on a consolidated Question and Answer document and posted to Contract Opportunities on a non-attribution basis. Offerors shall monitor Contract Opportunities frequently for updated Question and Answer documents, as no other notifications will be provided. NOTE: Offerors should pay close attention to FAR Clause 52.212-1, Instructions to Offerors � Commercial Items and FAR Clause 52.212-2, Evaluation � Commercial Items and its addendum. Attachments: 1 � Performance Work Statement 2 � Full Text Provisions and Clauses 3 � Submission Requirements 4 � Instructor Qualification Checklist 5a � Past Performance Questionnaire Cover Letter 5b � Past Performance Questionnaire 6 � Section 889 Certifications 7 � FAR 52.229-11 Tax on Certain Foreign Procurements 8 � Service Contract Labor Standards Wage Determination
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/13a1defe882b4de0b0a0f736a099ed2b/view)
 
Place of Performance
Address: Johnston, IA 50131, USA
Zip Code: 50131
Country: USA
 
Record
SN06074698-F 20210729/210728203729 (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.