Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2022 SAM #7579
SOLICITATION NOTICE

U -- Technical Instruction Services for a Crisis Hostage Negotiations Level I & II Course

Notice Date
8/29/2022 7:50:17 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-22-R-0008
 
Response Due
9/16/2022 9:00:00 AM
 
Archive Date
10/01/2022
 
Point of Contact
Kelsey Letcher, Phone: 5152524508, Fax: 5152524617, Vicky L. Williams, Phone: 5152524616
 
E-Mail Address
kelsey.l.letcher.civ@army.mil, vicky.l.williams10.civ@army.mil
(kelsey.l.letcher.civ@army.mil, vicky.l.williams10.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1.0 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; offers are being requested and a written solicitation will not be issued. � � 1.1 This combined synopsis/solicitation is issued as a Request for Proposal (RFP) under solicitation number: W912LP-22-R-0008 � � 1.2 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07 (10 Aug 2022). � � 1.3 Small Business Set-Aside: 100%; Applicable Size Standard is $14.5M � � � 1.4 NAICS Code:� 611699 � � 1.5 Product or Service Code (PSC): U006 � � 1.6 Posting Date: 29 August 2022 � � 1.7 Response Date: 16 September 2022 � � 1.8 Contracting Office:� USPFO � Purchasing & Contracting, 7105 NW 70th Ave, Johnston, IA 50131� � � 1.9 Government Points of Contact: � � � � � �Contracting Officer: Vicky L. Williams, vicky.l.williams10.civ@army.mil �and � � � � � �Contract Specialist: Kelsey Letcher, kelsey.l.letcher.civ@army.mil � � 1.10 Line item number(s) and items, quantities, and units of measure: 0001 Technical Instruction Services � Base Period. The contractor shall design, develop, and teach a �Crisis Hostage Negotiation Level I & II� course for the Midwest Counterdrug Training Center (MCTC). See Performance Work Statement (PWS) for details. The contractor shall provide up to 6 iterations of the course during the base period of performance (POP). 1001 Technical Instruction Services � Option 1. The contractor shall provide up to 10 iterations of the �Crisis Hostage Negotiation Level I & II� course during the Option 1 POP. 2001 Technical Instruction Services � Option 2. The contractor shall provide up to 10 iterations of the �Crisis Hostage Negotiation Level I & II� course during the Option 2 POP. 3001 Technical Instruction Services � Option 3. The contractor shall provide up to 10 iterations of the �Crisis Hostage Negotiation Level I & II� course during the Option 3 POP. 4001 Technical Instruction Services � Option 4. The contractor shall provide up to 10 iterations of the �Crisis Hostage Negotiation Level I & II� course during the Option 4 POP. � � 1.11 Description of requirements for the services to be acquired: � � � � � � See Attachment 1 � Performance Work Statement � � 1.12 Date(s) and place(s) of delivery and acceptance and FOB point: See Attachment 1 � Performance Work Statement � � 1.13 Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, and addendum applies to this acquisition.� See Attachment 2 � Provisions and Clauses � � 1.14 Offerors shall include a completed copy of 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services with their proposal.� See Attachment 2 � Provisions and Clauses � � �1.15 FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services applies to this acquisition.� See Attachment 2 � Provisions and Clauses � � 1.16 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. See clause below, in full text, for list of additional applicable clauses. See Attachment 2 � Provisions and Clauses � � 1.17 Additional contract provisions and clauses are applicable. See Attachment 2 � Provisions and Clauses � � 1.18 Defense Priorities and Allocations Systems (DPAS) Rating: Not rated. � � 1.19 Questions regarding this solicitation shall be submitted by 11:00 a.m. (local) on 8 September 2022. Questions and Answers will be recorded on a consolidated Question and Answer document on a non-attribution basis and posted to Contract Opportunities. Offerors shall monitor Contract Opportunities frequently, as no other distribution will be made.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d1a5cc8661674793a230d44280c31f36/view)
 
Place of Performance
Address: Johnston, IA 50131, USA
Zip Code: 50131
Country: USA
 
Record
SN06444462-F 20220831/220829230127 (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.