Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:W911S7-19-R-0002
THIS IS A MODIFICATION TO THE PWS FOR W911S7-19-R-0002. OFFERORS ARE ADVISED TO DISREGARD THE INITIAL PWS AND PREPARE THEIR PROPOSALS WITH THE ATTACHED PWS: W911S7-19-R-0002 PWS MODIFIED 2-1-19. THERE...
THIS IS A MODIFICATION TO THE PWS FOR W911S7-19-R-0002. OFFERORS ARE ADVISED TO DISREGARD THE INITIAL PWS AND PREPARE THEIR PROPOSALS WITH THE ATTACHED PWS: W911S7-19-R-0002 PWS MODIFIED 2-1-19. THERE HAVE BEEN MULTIPLE CHANGES THROUGHOUT TO INCLUDE SUBPARAGRAPHS IN PARAGRAPH 3. W911S7?19?R?0002 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; proposals are being requested and a written solicitation will not be issued. Solicitation W911S7-19-R-0002 is issued as a request for proposal (RFP) for commercial services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-101 as of 1-25-2019 This is a Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside under NAICS 541990. The size standard is $15.0 million. Wage Determination 15-5093 (Rev. -9) 01/01/2019 applies This Requirement is for a base period plus four option periods. The Requirement is for Combined Explosives Hazards Course instruction. With a primary place of performance at Fort Leonard Wood Missouri. Travel CONUS and OCONUS are applicable. See the Performance Work Statement (PWS) attached. A SECRET LEVEL FACILITY CLEARANCE IS REQUIRED FOR PERFROMANCE OF THIS CONTRACT. THE PROSPECTIVE AWARDEE SHALL BE ABLE TO OBTAIN AND MAINTAIN A SECRET LEVEL FACILITY CLEARANCE. Dates of performance are: Base Period: 16 March 2019 through 15 March 2020 Option 1: 16 March 2020 through 15 March 2021 Option 2: 16 March 2021 through 15 March 2022 Option 3: 16 March 2022 through 15 March 2023 Option 4: 16 March 2023 through 15 March 2024 The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. The provision at 52.212-2, Evaluation -- Commercial Items, applies. This will be Lowest Price Technically Acceptable (LPTA) method. 1) Technical Acceptability is in accordance with the Technical Evaluation Criteria in the attachments and 2) Lowest Price. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition as does any applicable addendums attached. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. See attached FAR clause 52.212-5. Additional contract requirement(s) or terms and conditions consistent with customary commercial practices include the requirement for a DD254 Facilities Clearance, Contractor Manpower Reporting Application (CMRA), Wage Determination, etc. See PWS and other attached document for information. Defense Property Accountability System (DPAS) does not apply. Questions for solicitation W911S7-19-R-0002 are due to be received No Later Than (NLT) 9:00 a.m. Central Standard Time (CST) on 6 February, 2019. Questions can be emailed to primary point of contact at victor.e.richards.civ@mail.mil Offers for solicitation W911S7-19-R-0002 are due to be received NLT 9:00 a.m. CST on 01 March, 2019. All offerors shall mail or email and address their proposals to: U.S. Army MICC ATTN: Victor E. Richards RE: W911S7-19-R-0002 8112 Nebraska Avenue, Building 11400 Fort Leonard Wood, MO 65473 or Email: victor.e.richards.civ@mail.mil Attachments: 1. PWS 2. Sample DD 254 3. Example Monthly Status Report 4. List of tentative class schedules 5. Technical Evaluation Criteria 6. DOL Wage Determination 15-5093