NFPA 1031 Fire Inspector 1, 2 and 3 certification program
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announce... This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This procurement is not a small business set-aside, therefore, any responsible source may submit a quote. This is an OCONUS requirement: FAR 19.000(b) applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20190215. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. Basis for Award. The Government intends to issue a single purchase order, and will award to the responsible offeror with satisfactory past performance, who provides the lowest price quote conforming to the solicitation and the specifications identified. Solicitations for supplies valued less than $1 million will use the past performance evaluation procedures outlined in DFARS 213.106-2 and described in clause 252.213-7000, incorporated herein. Price evaluation will typically be conducted through price competition, as authorized in FAR 15.4. The offeror's quoted shipping costs, if any, will be included in the price evaluation. *ONLY OPEN MARKET PRICING WILL BE CONSIDERED* Addendum to 52.212-1 Instructions to Offerors. The quote shall contain all requested service as the contract award will be made in aggregate. Therefore, any quote received without all service priced will be considered non-responsive. Offerors are instructed to submit following documents along with their offer. 1) Coversheet: completely fill out the attached coversheet and return it along with your quote. 2) Carriculam and schedule for each course. Quotes submitted without the required information will not be evaluated nor considered for award. Offerors shall submit their response to this RFQ and all questions via email to izumi.kinjo.ja@usmc.mil no later than the posted Response Date in this listing. Please see the below for the requirement's details: CLIN0001: NFPA 1031 Fire Inspector 1, 2 and 3 certification program - Contractor shall provide NFPA 1031 Fire Inspector 1, 2 and 3 certification program in accordance with the attached Statement of Work - Travel related expenses shall be included. Qty: 1 LOT The following FAR and DFAR provisions apply: FAR 52.252-1: Solicitation Provisions Incorporated by Reference (Feb 1998), Full text of each provision may be accessed electronically at http://farsite.hill.af.mil/ FAR 52.204-7: System for Award Management (Oct 2018), FAR 52.204-13: System for Award Management Maintenance (Oct 2018), FAR 52.204-16: Commercial and Government Entity Code Reporting (Jul 2016), FAR 52.204-17: Ownership or Control of Offeror (Jul 2016), FAR 52.204-20: Predecessor of Offeror (Jul 2016), FAR 52.212-1 Instructions to Offerors (Oct 2018), Addendum - see section above entitled: Addendum to 52.212-1 Instructions to Offerors, DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials (Nov 2011), DFARS 252.204-7008: Compliance with Safeguarding Covered Defense Information Controls (Oct 2006), DFARS 252.209-7999: Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Class Deviation 2012-O0004) (Oct 2018), DFARS 252.213-7000: Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. (Mar 2018), The following FAR and DFAR clauses apply: FAR 52.252-2: Clauses Incorporated by Reference (Feb 1998), Full text of each clause may be accessed electronically at http://farsite.hill.af.mil/ FAR 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018), FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016), FAR 52.204-19: Incorporation by Reference of Representations and Certifications (Dec 2014), FAR 52.209-6: Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015), FAR 52.209-10: Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015), FAR 52.212-4: Contract Terms and conditions - Commercial Items (Oct 2018), FAR 52.212-5: Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items DEVIATION (Jan 2019), FAR 52.223-5: Pollution Prevention and Right-to-Know Information (May 2011), FAR 52.223-18: Encouraging contractor Policies to Ban Text messaging While Driving (Aug 2011), FAR 52.232-33: Payment by Electronic Funds Transfer -System for Award Management (Oct 2018), FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), FAR 52.233-1: Disputes (May 2014), FAR 52.233-3: Protest After Award (Aug 1996), FAR 52.233-4: Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.237-2: Protection of Government Buildings, Equipment, and Vegetation (Apr 1984), FAR 52.243-1 Alternate I: Changes- Fixed Price (Aug 1984), DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials (Sep 2011), DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights (Sep 2013), DFARS 252.204-7003: Control of Government Personnel Work Product (Apr 1992), DFARS 252.204-7012: Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) , DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016), DFARS 252.222-7002: Compliance with Local Labor Laws (Overseas) (Jun 1997), DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), DFARS 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017), DFARS 252.225-7043: Antiterrorism/Force Protection for Defense Contractors Outside the United States (Jun 2015), DFARS 252.225-7976: Contractor Personnel Performing in Japan (DEVIATION 2018-O0019) (Jan 2019), DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports (Dec 2018), DFARS 252.232-7006: Wide Area Work Flow Payment Instructions (Dec 2018), (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s): Invoice 2in1 (2) (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC TBA Issue By DoDAAC M67400 Admin DoDAAC M67400 Ship To Code TBA Service Acceptor (DoDAAC) TBA (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. (TBA) (End of clause) DFARS 252.232-7008: Assignment of Claims (Overseas) (Jun 1997), DFARS 252.232-7010: Levies on Contract Payments (Dec 2006), DFARS 252.233-7001: Choice of Law (Overseas) (Jun 1997), DFARS 252.243-7001: Pricing of Contract Modifications (Dec 1991), DFARS 252.244-7000: Subcontracts for Commercial Items (Jun 2013), (End of RFQ)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »