Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2022 SAM #7525
SOLICITATION NOTICE

R -- HRF EXEVAL Role Player Support

Notice Date
7/6/2022 9:56:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP22R0020
 
Response Due
7/11/2022 6:00:00 AM
 
Archive Date
07/26/2022
 
Point of Contact
Otha Henderson
 
E-Mail Address
otha.b.henderson.civ@army.mil
(otha.b.henderson.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOLICITATION:� W911YP22R0020 AGENCY/OFFICE:� Utah Army National Guard / USPFO PLACE OF PERFORMANCE:� Utah Army National Guard 17800 S Redwood Rd, Camp Williams, UT 84065 PERIOD OF PERFORMANCE:� 3 � 6 August 2022 SUBJECT:� UTARNG HRF EXEVAL Role Player Support RESPONSE DUE DATE:� 11 July 2022, 0700am (Mountain) CONTRACTING POC:� Otha Henderson Email:� otha.b.henderson.civ@army.mil Description: *****This requirement is being solicitated as a total small business set-aside*** The Utah National Guard is soliciting a requirement for role player support for the August 3-6 HRF EXEVAL exercise under combined synopsis/solicitation W911YP22R0020, which is being issued for Request for Quotations (RFQ).� This requirement is being solicited as a Total Small Business set-aside under NAICS code 541611, Admin Mgt and General Mgt Consulting Services, which has a Small Business Size Standard of $21.5 million For vendor�s quotes to be considered, you must be registered in SAM.gov as a small business under this or very similar NAICS code and must also demonstrate you have the capability to provide the role player support in accordance with the attached Performance Work Statement (PWS). Set-aside / FAR regulation: Any award resulting from this solicitation will be made using a total small business set-aside order of precedence as follows: In accordance with FAR subpart 19.502-2 total small business set-aside procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2.� If there are no acceptable offers from small business concerns the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. Contract type / evaluation criteria:� The contract type for this procurement will be firm-fixed price contract for role player support during the UTARNG HRF EXEVAL exercise, 3-6 August 2022.� Award will be based on an all or none basis using best value trade-off evaluation criteria.� Proposals must first be technically acceptable in meeting all the specifications outlined in the attached PWS. Recent past performance experience relating to role player support will be used to further demonstrate capability in meeting the PWS. Relevancy and currency will be considered for past performance; the government�s intent is to ensure there is past performance and that it was acceptable.� If a contractor has no relevant past performance, the contractor will not be rated favorably or unfavorably but will be rated neutral and not have that count against them.� For best value trade-off, the quote determined to provide best value�is one that best demonstrates the ability to meet all the technical aspects outlined in this solicitation and PWS, further supported by recent past performance. Price will be the next consideration and will be weighted slightly less than meeting technical requirements. In considering best value trade-off, the government reserves the right to award to other than lowest price. Best value trade-off will be used in accordance with FAR 15.101-1.� SAM registration:� All offerors must have an active registration in System for Award Management (SAM) at time of award in order to be eligible for contract award.� All offerors responding to this solicitation must meet all standards required to conduct business with the government, including active registration in SAM and WAWF/iRAPT, and be in good standing.� All qualified responses will be considered by the government.� In addition to providing pricing each quote must include vendor's CAGE/Unique Entity Identification Number (UEIN), federal tax number, and must include point of contact information.� IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing.� Prospective offerors may obtain information on registration at WWW.SAM.GOV.� IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award.� Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. Proposals:� All proposals are due to the United States Property and Fiscal Office for Utah Purchasing and Contracting Division no later than 0700am on 11 July 2022.� All submissions should be sent via email to: otha.b.henderson.civ@army.mil. There is no specific format for your response but must address all points of the PWS and this solicitation. Questions regarding this requirement may also be directed to this email with sufficient time to do any research to answer question prior to the closing of this posting.� Responses received after the stated deadline will be considered non-responsive and will not be considered. PROVISIONS: The following provisions are applicable to this solicitation: FAR 52.202-1 � Definitions FAR 52.203-3 � Gratuities FAR 52.204-7 � Central Contractor Registration FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 � Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 � Covered Telecommunications Equipment or Services-Representation FAR 52.209-6 � Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement FAR 52.212-1 � Instructions to Offerors FAR 52.212-3 � Offeror Representations and Certifications-Commercial Items FAR 52.212-3 � Alternate 1 FAR 52.212-4 � Terms and Conditions - Commercial FAR 52.212-5 � Dev - Statutes/Exec Orders FAR 52.217-5 � Evaluation of Options FAR 52.217-8 � Option to Extend Services FAR 52.217-9 � Option to Extend the Term of the Contract FAR 52.219-1 (Alt I) � Small Business Program Representation FAR 52.219-6 � Notice of Total Small Business Set-Aside FAR 52.219-8 � Utilization of Small Business Concerns FAR 52.219-14 � Limitations on Subcontracting FAR 52.219-28 � Post-award Small Business Program Representations FAR 52.222-3 � Convict Labor FAR 52.222-21 � Prohibit Segregated Facilities FAR 52.222-22 � Previous Contract and Compliance Reports FAR 52.222-25 � Affirmative Action FAR 52.222-26 � Equal Opportunity FAR 52.222-36 � Affirmative Action for Workers With Disabilities FAR 52.222-40 � Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-50 � Combating trafficking in Persons FAR 52.222-54 � Employment Eligibility Verification FAR 52.223-18 � Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 � Restrictions on Certain Foreign Purchases FAR 52.225-25 � Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.228-5 � Insurance � Work on a Government Installation FAR 52.232-1 � Payments FAR 52.232-18 � Availability of Funds FAR 52.232-33 � Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 � Disputes FAR 52.233-2 � Service of Protest FAR 52.233-3 � Protest After Award FAR 52.233-4 � Applicable Law for Breach of Contract Claim FAR 52.237-3 � Continuity of Services FAR 52.242-13 - Bankruptcy FAR 52.243-1 � Changes-Fixed Price FAR 52.252-1 � Provisions Incorporated by Reference FAR 52.252-2 � Clauses Incorporated by Reference FAR 52.252-5 � Authorized Deviations in Provisions FAR 52.252-6 � Authorized Deviation in Clauses DFARS 252.203-7000 � Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 � Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 � Control of Government Personnel Work Product DFARS 252.204-7004 � Antiterrorism Awareness Training for Contractors DFARS 252.209-7004 � Subcontracting with Firms that are owned or controlled by the government of a country that is a State sponsor of terrorism DFARS 252.209-7995 � Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 � Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 � Dev Terms and Conditions DFARS 252.225-7001 � Buy America Act and Balance of Payments Program DFARS 252.225-7002 � Qualifying Country as Subcontractors DFARS 252.225-7012 � Preference for Certain Domestic Commodities DFARS 252.232-7003 � Electronic Submission of Payment Requests DFARS 252.232-7010 � Levies on Contract Payments DFARS 252.237-7010 � Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 � Pricing of Contract Modifications DFARS 252.243-7002 � Requests for Equitable Adjustment. FAR 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 full text available. Also, the full text of a clause may be accessed electronically at:� HTTPS://WWW.ACQUISITION.GOV.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fca6f15982b9493d8d9670de90d48c85/view)
 
Place of Performance
Address: Bluffdale, UT 84065, USA
Zip Code: 84065
Country: USA
 
Record
SN06379267-F 20220708/220706230100 (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.