Education Support Services
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 the notice. This announcem... 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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number W912J2-19-R-0010 is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. This requirement is 100% set-aside for HUBZone Small Business concerns under North American Industry Classification System (NAICS) code 611710 with a Small Business size standard of $15.0 million dollars. The Wisconsin Army National Guard Contracting Office, has a requirement equivalent for One (1) Training Team Facilitator IIA and Two (2) Instructors. This award will have a period of performance of one calendar year 22 SEP 2019 - 21 SEP 2020. Place of Performance: The Contractor shall provide these services in several locations throughout Wisconsin. See the attached PWS for details. BID SCHEDULE: Please price for the entire period of performance (POP). Invoice submittal will occur on a monthly basis. Line Item 0001: Lead Instructor Facilitator IIA QTY 1 Job One (1) Position 22 September 2019 - 21 September 2020 Line Item 0002: Instructor/Facilitator IA QTY 1 Job Two (2) Positions 22 September 2019 - 21 September 2020 Line Item 0003: Contractor Manpower Reporting QTY 1 Job Price if applicable for compliance with Contract Manpower Reporting Application Contractor Manpower Reporting: The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the ARMY collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil Line Item 0004 Travel (DO NOT PRICE) The Government will apply a funded cost reimbursable travel CLIN to the award. Any unused Travel will be de-obligated at the end of the Period of Performance. The Government does not intend on paying vacant periods of time, therefore if any of the three (3) positions are vacant, that position shall not be invoiced against the contract. While there are incumbents for each position, it is the Vendor's responsibility to ensure each position is filled in a timely manner. For that reason invoicing will occur on a monthly basis. The Wisconsin Army National Guard anticipates awarding one firm-fixed price contract for a period of one year. Please review the attached Performance Work Statements. Award will be made to the offeror whose proposal is the Lowest Price Technically Acceptable. The Government will evaluate technical acceptability based on the following: Technical/Management Capability - Management Capability is defined as the documented capability to meet the minimum requirements of the requirement as specified in this solicitation and the attached Performance Work Statements (PWS). The Offeror's proposal should clearly outline the offeror's capability to meet the requirements of the performance work statement. Within the Management Capability plan, the offeror shall have a detailed plan of action for recruiting and replacing unfilled positions. Limit Management Capability documentation to 5 pages. Preliminary Quality Control (CQ) Plan - The contractor shall develop a preliminary QC Plan to identify, prevent, and ensure non-recurrence of defective services. As a minimum, the contractor shall develop QC procedures that address the areas identified in Technical Exhibit 1, Performance Requirements Summary. Limit Preliminary Quality Control Plan to 5 page. It is not the intent of the Government to enter into negotiations. It is incumbent upon the Offeror to submit sufficient information for the Government to determine satisfactory Management Capability, Past Performance, and Price reasonableness. Failure to submit sufficient information for the Government to determine Management Capability, relative Past Performance, or Price may result in the rejection of your proposal. An award will be made on the basis of the lowest price of proposals deemed technically acceptable. If you are not registered in SAM, an award cannot be made to your company. You may register electronically at http://www.sam.gov. Registering electronically will expedite the registration process. Proposals submitted without an active SAM registration at the close of the solicitation will not be evaluated and will result an immediate rejection of the proposal. Proposals are due by 4:30 PM Central Standard Time (CST) on 21 August 2019. Proposals will be accepted by email at lisa.m.braund.mil@mail.mil. Faxed quotes will not be accepted. 100% set-aside for HUBZone Small Business concerns under North American Industry Classification System (NAICS) code 611710, Educational Support Services, with a Small Business size standard of $15.5 million dollars. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS). Responses to this announcement must be complete to include the following documents: 1) Completed and signed SF 1449 (attached) please ensure acknowledgement of all amendments 2) Vendor Cost Breakdown Worksheet 3) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items 4) Management Capability documentation narrative (limit 5 pages) 5) Preliminary Quality Control Plan in accordance to paragraph 1.4.1 of the PWS (limit 5 pages) Email any questions to lisa.m.braund.mil@mail.mil The period for asking questions will close at 12:00 CST on 14 August 2019 and will be posted to www.fbo.gov. Questions will only be accepted via email. Question and Answer documents will be posted to FBO as an attachment to the combined synopsis/solicitation. It is the interested party's responsibility to check FedBizOpps for updated information. Ensure all questions are submitted via email, the government will not be accepting any vendor inquiries via the telephone.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »