Advanced IED/UXO and CQB/Marksmanship Training
Combined Synopsis/Solicitation RFQ - Advanced EOD Training (FA480919EODTR) Requesting Agency: 4th Fighter Wing EOD 4 CES/CED Seymour Johnson AFB, NC 27531-2459 Purchasing Agency: 4th Contracting Squad... Combined Synopsis/Solicitation RFQ - Advanced EOD Training (FA480919EODTR) Requesting Agency: 4th Fighter Wing EOD 4 CES/CED Seymour Johnson AFB, NC 27531-2459 Purchasing Agency: 4th Contracting Squadron - 4 CONS/PKB 1570 Wright Brothers Ave. Bldg 2903 Seymour Johnson AFB, NC 27531-2459 This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit quotes in reference to RFQ number (FA480919EODTR) The NAICS code for this requirement is 611519 with a size standard of $15M. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 Effective 20 Dec 2018. Defense Federal Acquisition Regulation DPN 20180928, Effective 31 Jan 2019. Air Force Federal Acquisition Regulation AFAC 2018-0525, Effective 25-May-2018. __________________________________________________________________________________ BID SCHEDULE: Potential Offerors are to provide a quote for the items/services listed below: Quote shall include the total price to provide for all of the items listed below, on the following bid schedule: CLIN 0001 - Advanced EOD Training Period of Performance: 2 JUN 19 - 15 JUN 19 Quantity: 1 Units: EA Unit Price: $________ Total Price: $________ Period of Performance: 2 June 2019 - 15 June 19. __________________________________________________________________________________ *** To be considered for award, note that the offeror must be actively registered with the US Government database System for Award Management (SAM) IAW FAR 4.1102(a). Vendors must be registered and/or enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note WAWF is the ONLY ACCEPTABLE means of invoicing for payment and that no advance payments will be made. Vendors must provide their DUNS number, CAGE code, and confirmation of their registration in WAWF along with the quote. *** "Registered in the System for Award Management (SAM)" means that- (1) The Contractor has entered all mandatory information, including the unique entity identifier and the Electronic Funds Transfer indicator (if applicable), the Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM; (2) The Contractor has completed the Core, Assertions, Representations and Certifications, and Points of Contact sections of the registration in the SAM; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The contractor will be required to provide consent for TIN validation to the Government as part of the SAM registration process; and (4) The Government has marked the record "Active". Quotes are due no later than 1:00 PM. Eastern Standard Time, 17 MAY 19. Quotes shall be sent via e-mail to ezekiel.galyon@us.af.mil. Questions and clarifications shall be submitted no later than 3:00 PM. Eastern Standard Time, 15 MAY 19, to the same e-mail address; questions will not be answered by phone call. It is the offeror's responsibility to check the solicitation often, as the solicitation on FBO will be amended with attachments to answer questions/clarifications. Contracting points of contact: A1C Ezekiel Galyon, Contract Specialist, (919) 722-1753 or e-mail ezekiel.galyon@us.af.mil MSgt John Parker, Contracting Officer, (919) 722-1731 or email: john.parker.24@us.af.mil ____________________________________________________________________________________ BASIS FOR CONTRACT AWARD: Lowest Price Technically Acceptable: IAW FAR 52.212-2: Quotes shall be assessed in ascending order of bottom line price in coordination with 4 CES/CED personnel until a quote is determined technically acceptable. In order to prove technical acceptability, all quotes must be accompanied by an executive summary, narrative, brochure, catalog, and/or other information that sufficiently describes the vendor's plan to address all training areas identified in the Statement of Objectives. Such narrative information shall not exceed 15 pages, with the exception of any cover letter. The offeror is responsible for providing the facility, personnel, equipment, firearms, consumables, lodging, meals, laundry facilities, instructors, and all else identified in the attachments to this solicitation. Due to the fact that CES/CED personnel will be traveling to the offeror's facility via government vehicle, only offerors identifying a training facility within 850 miles or 13 hours' drive shall be considered. QUOTE SPECIFICS: All quotes must include the following information: 1. Quote shall include the contractors Price Quotation as follows: a) Contractor's Unit and Total Price relating to each of the CLIN/Items above. i. Vendor must note that separate Contract Line Item Numbers (CLINs), are not prescribed for purpose of associated costs entailing taxes, fees, transportation, delivery, etc. Accordingly, quoted unit pricing for requirements at the CLIN level under this solicitation, shall be all inclusive of all associated costs (i.e. all material, transportation, labor, delivery, etc.) b) Discount for prompt payment - if any 2. Company Point of Contact with name, address, email address, and telephone number. 3. Quotes must be valid for a period of no less than 60 days. NOTE: Vendor specific terms and conditions that may be contingently proposed for subsequent inclusion into the contract will not be considered by the Government in its evaluation of quotations. This aspect also includes the Government's exclusion from requests by vendors to enter into supplemental agreements from their respective company in order to conduct business under a resultant contract award. Vendors that are not able to comply with the aforementioned conditions will be determined as noncompliant with the solicitation requirements and therefore may be removed from consideration for award. Federal Acquisitions Regulation (FAR) Provisions and Clauses: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial And Government Entity Code Maintenance 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors -- Commercial Items 52.212-2 Evaluation -- Commercial Items 52.212-3 Offeror Representations and Certifications -- Commercial Items. 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.222-17 Nondisplacement of Qualified Workers 52.222-19 Child Labor--Cooperation With Authorities And Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-3 Convict Labor 52.222-36 Equal Opportunity for Workers With Disabilities 52.222-41 Service Contract Labor Standards 52.222-50 Combating Trafficking In Persons 52.222-54 Employment Eligibility Verification 52.222-55 Minimum Wages Under Executive Order 13658. 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions On Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.244-6 Subcontracts For Commercial Items 52.247-34 F.O.B. Destination Department of Defense Federal Acquisition Regulations (DFAR): 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure Of Information To Litigation Support Contractors 252.209-7998 Representation Regarding Conviction of a Felony Criminal 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Unique Identification And Valuation 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts For Commercial Items 252.246-7000 Material Inspection And Receiving Report 252.247-7023 Transportation Of Supplies By Sea-Basic Air Force Federal Acquisition Regulations (AFFAR): 5352.223-9001 Health and Safety on Government Installations FAR 52.252-1: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Vendor is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/. (End of clause) FAR 52.252-2: Clauses Incorporated by Reference (Feb 1998) 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 their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/ (End of clause) FAR 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ X ] is, [ ] is not a small business concern under NAICS Code ____611519_________ assigned to contract number ___(to be determined)________________. (End of clause) FAR 52.222-42: STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage Fringe Benefits 15060 Educational Technologist $27.47 15090 Technical Instructor $20.16 15095 Technical Instructor/Course Developer $24.66 (end of clause) FAR 52.222-49: SERVICE CONTRACT LABOR STANDARDS--PLACE OF PERFORMANCE UNKNOWN (MAY 2014) (IAW FAR 22.1006(f)) (a) The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by no later than the close of the solicitation, sent by email to ezekiel.galyon@us.af.mil. (end of clause) AFFARS 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Lt Col Aaron D. Judge, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5372, facsimile number (757) 764-4400, Email address: aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (INTERIM CHANGE: See Policy Memo 14-C-05) (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »