Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912J6-19-Q-0020
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 solicitation, W912J6-19-Q-0020, is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, effective 20 DEC 2018. This procurement is being solicited as 100% small business set aside. The NAICS code is 721110 and the small business size standard is $32.5 MIL. The following commercial items are requested in this solicitation: Contractor shall provide all items listed below. Contract line item numbers (CLINs) and quantities are as follows: CLIN 0001: Strong Bonds Couples Event (See Performance Work Statement for Full Details) CLIN 0002: Contractor Manpower Reporting It is anticipated that a firm-fixed price purchase order will be awarded for the requested service as a result of this synopsis/solicitation. Award will be based on lowest price technically acceptable. Please complete quote sheet on page 4 of the attached performance work statement. The following FAR and DFARS provisions and clauses are incorporated into this solicitation by reference: 52.204-7, System for Award Management 52.204-13, SAM Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-20, Predecessor of Offeror 52.204-22, Alternative Line Item Proposal 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 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications- Commercial Items- Alternate I 52.212-4, Contract Terms and Conditions - Commercial Items 52.219-1, Small Business Program Representations 52.223-5, Pollution Prevention & Right-To-Know Information 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-1, Payments 52.232-39, Unenforceability of Unauthorized Obligations 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 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Alternate A, System for Award Management 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.225-7048, Export- Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea The following provisions and clauses are incorporated by full text in Attachment #2. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 252.203-7005, Representation Relating to Compensation of Former DoD officials 252.232-7006, Wide Area Workflow Payment Instructions Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. Quotes are due by 4:00 p.m. (EST) time on Thursday, 14 February, 2019. Electronic proposals must be submitted via e-mail to SrA Mindy Klask at mindy.k.klask.mil@mail.mil. Facsimile proposals will not be accepted. Questions regarding this solicitation may be directed to SrA Mindy Klask at mindy.k.klask.mil@mail.mil no later than 4:00 p.m.(EST) Friday, 08 February, 2019. Attachments: #1 - Performance Work Statement #2 - Full Text Provisions and Clauses