Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W911SF-22-R-0005
- The contractor shall support the RMIB in resourcing an urban training scenario in which multiple Cyber, Electronic Warfare, Technical Surveillance, and Signals Intelligence training objectives will ...
- The contractor shall support the RMIB in resourcing an urban training scenario in which multiple Cyber, Electronic Warfare, Technical Surveillance, and Signals Intelligence training objectives will be tested. The RMIB will provide role players, an overarching scenario concept, all front and backside transportation, exercise participant required equipment, and select OPFOR equipment. The contractor will conduct a pre-event site survey of select signals, employ this survey to identify OPFOR and BLUEFOR lodging locations conducive to the above mentioned training objectives, build OPFOR patterns of life, resource OPFOR with specified technologies, script OPFOR technical communications in accordance with the site survey of signals, provide on-site script adjustment and exercise oversight throughout the duration of the exercise. The award will be based on the lowest evaluated price of proposals received that meet, or exceed, the acceptable standards of the non-price factors identified in the solicitation IAW FAR 15.101-2(b)(3). Award will be made to a single offeror who is deemed responsible in accordance with the FAR, and whose proposal conforms to the solicitation requirements and whose proposal, judged by an overall assessment of the evaluation criteria and other considerations specified in the solicitation, represents the Lowest Priced Technically Acceptable offer. Award is also dependent upon the abaliability of funds. 1. Submission of Offers. Offeror shall submit signed and dated offer at or before the exact time specified in this solicitation. Failure to provide all required documents or information may exclude the offeror from further consideration. An electronic copy will be accepted at the address identified below. Only a signed offer submitted on the SF 1449 will be accepted. An emailed proposal will only be accepted to the below addresses: alice.j.powell.civ@army.mil; vernessa.hampton.civ@army.mil a. This is an electronic solicitation release. No hard copies will be mailed. Amendments to the solicitation will be posted. b. All inquiries during the solicitation phase should be directed to the Contract Specialist Alecia Mitchell at alice.j.powell.civ@army.mil and courtesy copy (cc :) the Procuring Contracting Officer (PCO) Vernessa Hampton at vernessa.hampton.civ@mail.mil. Offeror is requested to review the solicitation and submit only written questions and/or comments with email subject line reference: Ref: Solicitation Number W911SF-22-R-0005, Questions and/or Comments Enhance Separate & Secure Maintenance. All questions must be submitted no later than 5 days business days after issuance of this Solicitation, to allow a reasonable time for the Government to respond. All questions submitted after that date and time may not be answered. c. Period of Acceptance of Offers: the offeror agrees to hold prices firm for 60 days. d. All proposals from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM) with all required information provided prior to award, will not be considered. Vendors may register with SAM by going to beta 2. General Instructions. These instructions are designed to provide general guidance for preparing proposals as well as providing specific instructions on proposal organization, format, and content. Offeror should include all documents and information requested and should be submitted in accordance with the instructions. The Offeror is cautioned to follow the instructions carefully, as the Government reserves the right to make an award based on initial proposals received without discussion. However, the government reserves the right to conduct clarifications if the Contracting Officer later determines them to be necessary. a. If an offeror believes that the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise unsound, the offeror shall immediately notify the PCO in writing with supporting rationale. b. The proposal must be presented in a manner that clearly addresses the requirements, as set forth in the PWS. Proposals that are overly verbose or include marketing material may distract from the evaluators’ ability to ascertain compliance with the solicitation. 3. Proposal Preparation Instructions. Offeror’s proposal will consist of three (3) separate volumes: RFP Documents, Technical Proposal, and Price. Proposal Format. All pages of the offer must be appropriately numbered and identified with Solicitation Number: W911SF-22-R-0005 in the header and/or footer of each page. If RFP page limits are exceeded, the pages in excess of the limit will be removed and not evaluated. Page limitations are indicated in the chart below: