Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912J6-20-Q-0012
Hawaii National Guard 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...
Hawaii National Guard 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, W912J6-20-Q-0012, 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) 2005-95, effective 19 Jan 2020. This procurement is a 100% Small Business set-aside in accordance with (IAW) the Federal Acquisition Regulation (FAR) Part 19.502-2 (b). The NAICS code is 561990 and the small business size standard is $12,000,000.00. 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: CST Role Players Hawaii County CLIN 0002: CST Role Players Kauai County CLIN 0003: 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. The following FAR and DFARS provisions and clauses are incorporated into this solicitation by reference: 52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards 52.204-13, SAM Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-22, Alternative Line Item Proposal 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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 52.219-6, Notice of Total Small Business Set-Aside 52.222-41 Service Contract Labor Standards 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 252.203-7005, Representation Relating to Compensation of Former DoD officials 252.204-7003, Control of Government Personnel Work Product 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea 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. The following provisions are incorporated by full text. The full text is found in Attachment #1. DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS The following clauses are incorporated by full text. The full text is found in Attachment #1. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items FAR 52.222-42 Statement of Equivalent rates for federal Hires FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Quotes are due by 4:00 p.m. (HST) time on Friday, 6 March 2020. Electronic proposals must be submitted via e-mail to Mr. Clesson Paet at Clesson.k.paet.civ@mail.mil Facsimile proposals will not be accepted. Questions regarding this solicitation may be directed to Mr. Clesson K. Paet at Clesson.k.paet.civ@mail.mil no later than Thursday 5 March 2020. Attachments: #1 – Full Text Provisions and Clauses #2- Performance Work Statement