Latvia Liaison to MIARNG (Overseas Deployment Training Coordination) Services
FBO SOLICITATION 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 noti... FBO SOLICITATION 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 being requested. A written solicitation will not be issued. The solicitation number is W912JB-19-Q-0064. This combined synopsis/solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. This requirement is set-aside for Service Disabled Veteran Owned Small Business (SDVOSB). The associated NAICS code is 541990 All Other Professional, Scientific and Technical Services. The small business size standard is $15 million. The prospective awardee must have an active registration in www.sam.gov at the time of award. Vendors are encouraged to verify that their registration is active prior to submitting a quote. If the prospective awardee is not active in SAM data base at the time of award, the prospective awardee will be allowed 24 calendar days to become registered and active in SAM. The award will proceed to the next otherwise successful registered and active offeror if the prospective offeror does not become registered and active by the 24th calendar day deadline. This is a firm fixed price requirement for services and components in providing Liaison Training and Development, Office and Administrative Support, Consultation Services as defined in the Performance Work Statement (PWS). The period of performance shall be one year (12months). CLIN Item 0001 Direct labor 0002 Travel 0003 Contractor Manpower Reporting Application (CMRA) 0004 Defense Base Act Insurance (DBA) .....Cost Base CLN The Government intends to award to a VOSB that meets all the requirements listed in the PWS and to a responsible company whose quote, conforming to the terms and conditions of the solicitation, is most advantageous to the government based on price and other factors that provide the best value to the government. Best value will be determined by evaluating each quote for price, past performance, and specialized experience. All evaluation factors are approximately equal. Specialized Experience: 1. In EUCOM Concept Funding Request (CFR) system 2. In USAREUR JELC timelines and events 3. Dealing with the Latvian Ministry of Defense and the roles and responsibilities of each sections within the MoD 4. Communication in Latvian language (does not need to be fluent). 5. Experience with supporting execution of USAREUR led exercises within the country of Latvia 7. Military Travel Liaison Experience Location of performance will be at Lansing Joint Forces Headquarters (JFHQ), Grayling Joint Maneuver Training Center, Grayling Michigan, and U.S Embassy to Joint National Army Forces, Headquarters in Riga, Latvia. Invoices must be submitted through Wide Area Work Flow (https://wawf.eb.mil). QUOTATION PREPARATION INSTRUCTIONS: (1) Contact/Company Information ? point-of-contact name, address, e-mail, and telephone number ? CAGE code and DUNS number The contracting officer is not responsible for locating or obtaining any information not identified in the quote. (2) Pricing ? Price quotes must be firm-fixed price. ? Price quotes must include unit prices and extended amounts for each line item (i.e., multiply the unit price and quantity for each line item). ? Include the total price (i.e., sum of all extended amounts) in the price quote. ? Prices must be valid for 60 days. (3) Technical information/descriptive literature. Offerors must submit capability information that adequately demonstrates their quote meets the requirement listed in the PWS. A general statement of compliance or restatement of the minimum standards is insufficient. Ensure the capability information addresses each requirement, includes CAGE code as assigned in www.sam.gov, core competencies and ability to meet the requirements in the solicitation. Contact your local PTAC office at the Small Business Administration for assistance in creating a capability statement. The Government may not consider quotes that fail to include all of the information requested in this solicitation. Questions are due by 4:30 pm, Eastern Time, 21 June 2019, and must be submitted via email. Questions will not be answered via telephone. Offers are due at 12:00 pm, Eastern Time on 25 June 2019. Email quotes directly to olayemi.o.olatunji.mil@mail.mil. Do not submit quotes on FBO; they will not be accepted. It is the vendor's responsibility to monitor this site for any amendments. The government is not responsible for any attachments that are rejected by the cyber security due to corruption or virus extensions. It is the offeror's responsibility to contact the POC to verify the quote is received PRIOR to the date and time set for the due date of RFQ. APPLICABLE PROVISIONS AND CLAUSES The following clauses (expect provision) will be included in the award (details can be located on www.acquisition.gov): FAR: 52.203-11* Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.203-19 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements 52.204 16* Commercial and Government Entity Code Reporting 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-18 Commercial and Government Entity Code Maintenance 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 52.212-1* Instructions to Offerors- Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. (DEVIATION 2019-O0003) 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-17 Nondisplacement of Qualified Workers 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-41 Service Labor Contract Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Services Contract Labor Standards-Price Adjustment 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer System for Award Management 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 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses DFARS: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support Contractors 252.222-7007* Representation Regarding Combating Trafficking in Persons252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea Provision Full Text* 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that -- (a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) 52.233-2 -- Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer at 3423 N Martin Luther King Jr. Blvd, Lansing, MI 48906 by obtaining written and dated acknowledgment of receipt from Contracting Officer. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) (*): Provisions.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »