Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2024 SAM #8186
SOLICITATION NOTICE

U -- Role Players

Notice Date
4/24/2024 9:33:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-24-R-0051
 
Response Due
5/9/2024 6:00:00 AM
 
Archive Date
05/31/2024
 
Point of Contact
Joseph Haslach
 
E-Mail Address
joseph.m.haslach.civ@army.mil
(joseph.m.haslach.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
I) INTRODUCTION This is a combined Synopsis/Solicitation for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. The United States Army Contracting Command � New Jersey (ACC-NJ) has issued Solicitation W15QKN-24-R-0051 as an invitation for a Request for Quotation (RFQ), in support of the Military Intelligence Readiness Command (MIRC), to procure multiple Role Players to participate in three Government training exercises at Camp Bullis, TX, Fort Gillen, GA, and Fort McCoy, WI in accordance with the Performance Work Statement (PWS) (Attachment 0001), Quality Assurance Surveillance Plan (QASP) (Attachment 0002), and DD254 (Attachment 0003). The number of Role Players required and the period of performance are as follows: 10 Role Players at Camp Bullis, TX:� 05 June 2024 � 12 June 2024 14 Role Players at Fort Gillen, GA:� 16 July 2024 � 26 July 2024 10 Role Players at Fort McCoy, WI:� 02 August 2024 � 17 August 2024 This action is a Small-Business Set-Aside solicited under North American Industry Classification System (NAICS) code 541990 � All Other Professional, Scientific, and Technical Services; Size Standard $19.5M In accordance with FAR 52.212-2, the Government intends to make an award to the Contractor who submits the Lowest Price Technically Acceptable (LPTA) quote and is deemed responsive and responsible by the Contracting Officer. Offeror shall meet the requirements as specified in this Solicitation and the attached PWS.� The anticipated award will be a Firm Fixed-Price contract The Contracting Officer reserves the right to make no award under this Solicitation. Note:� An Offeror that is receiving an award resulting from this Solicitation shall be registered in the System for Award Management (SAM) prior to contract award (no later than 15 May 2024). To register, Offerors may log onto: sam.gov. II) INSTRUCTIONS TO OFFERORS (FAR 52.212-1 applies to this acquisition) Any/All questions shall be submitted via email to both the Contract Specialist at joseph.m.haslach.civ@army.mil and the Contracting Officer at bradley.r.borek.civ@army.mil no later than 9AM Eastern Standard Time on 30 April 2024. All quotes shall be submitted via email to both the Contract Specialist at joseph.m.haslach.civ@army.mil and the Contracting Officer at bradley.r.borek.civ@army.mil no later than 9AM Eastern Standard Time on 09 May 2024. Offeror quotes shall include the following information: Technical:� Offerors shall submit the following three items: A completed quote using the provided Quote Template (Attachment 0004) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications � Commercial Products and Commercial Services DD254 (Attachment 0003):� Complete Blocks 6(a), 6(b), and 6(c).� Also, if applicable, complete blocks 7(a), 7(b), and 7(c). � � �2. Price: Offerors shall submit pricing for Contract Line Item Numbers (CLINS) 0001, 0002, and 0003, and a Total Proposed Price (sum of CLINs 0001 � 0003) on the Quote Template (Attachment 0004).� In the event there is a difference in price between the total of CLINs 0001 � 0003 and the Total Proposed Price, the total of CLINs 0001 � 0003 will be considered the Total Proposed Price and used for evaluation. It is the Government�s intent to award without discussions. III) EVALUATION (FAR 52.212-2) The Government intends to award a single contract to an Offeror whose quote is determined to be the lowest priced technically acceptable based on the following evaluation factors: Technical - Technical capability will be evaluated to determine the likelihood that the Government�s requirements in the PWS can be achieved. Price - Price will be evaluated to determine if the Offerors� proposed price is fair, reasonable, and balanced using price analysis techniques in accordance with the guidelines in FAR 15.404-1(b). All non-priced factors will be evaluated on an �Acceptable� or �Unacceptable� basis. An Offeror must receive an �Acceptable� rating for all non-price factors to be considered for award. Technical Acceptable/Unacceptable Ratings Acceptable Quote clearly meets the minimum requirements of the solicitation. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. V) CONTRACT PROVISIONS / CLAUSES This Solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2024-03. FAR 52.212-4 - Contract Terms and Conditions-Commercial Products�and�Commercial Services, and FAR 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products�and�Commercial Services apply to this�acquisition. See Attachment 0005 for the for list of applicable Provisions/Clauses. VI) ATTACHMENTS: Attachment 0001:� PWS, dated 03 April 2024 Attachment 0002:� QASP, dated 19 March 2024 Attachment 0003:� DD254 Attachment 0004:� Quote Template Attachment 0005:� Provisions/Clauses
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b1363cfbbd2a429fb2b04255ea75d42b/view)
 
Place of Performance
Address: San Antonio, TX 78257, USA
Zip Code: 78257
Country: USA
 
Record
SN07041157-F 20240426/240424230047 (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.