Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912J6-19-Q-0065
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-0065, 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) 2019-04, effective 08-07-2019. 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 Families Event (See Performance Work Statement for Full Details) Period of Performance 30Aug19-01Sep20. 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. Response must demonstrate performance and capability requirements are met in accordance with 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 252.232-7006, 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, 15 August, 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) Tuesday, 13 August, 2019. Attachments: #1 - Performance Work Statement #2 - Full Text Provisions and Clauses