CBRN Response Enterprise Exercise
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912JB19Q0125 and is being issued as a request for quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. This is a Historically Underutilized Business Zone (HUBZone) set aside. The NAICS is 541990 and the small business size standard is $15,000,000. 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 10 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 10 calendar day deadline. The Michigan Army National Guard has a requirement for Subject Matter Experts in support of a CBRN Response Enterprise Exercise. Please see the attached Performance Work Statement for specifications. The period of performance will be date of award through 28 February 2019. Place of performance will be at 3423 North Martin Luther King Jr. Blvd, Lansing MI 48906; and Battle Creek Air National Guard Base, 3367 W Dickman Rd, Battle Creek, MI 49037. This is a firm fixed price contract: CLIN Description Quantity U/M 0001 CPX Exercise Planning 1 Job 0002 CPX Exercise Travel 1 Job 003 CONTRACT MANPOWER REPORTING 1 Job The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services for the National Guard Bureau via a secure data collection site. The contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each government fiscal year (FY), which runs October 1through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at http://www.ecmra.mil. Each CLIN is identified as 1 JOB which provides for multiple invoices to be submitted at the time of performance. Invoices are to be submitted for services performed; invoices will not be accepted for billing future services during the period of performance. Invoices must be submitted through Wide Area Work Flow (https://wawf.eb.mil). Optional up to six (6) Month Extension Please provide a firm fixed price (FFP) quotation for services to be performed in the event that the Government unilaterally exercises FAR 52.217-8, which would facilitate up to six (6) month extension of the period of performance tiny_mce_marker_____permonth. The Government intends to award to a HUBZONE 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 capability to simulate real life scenario. All evaluation factors are approximately equal Offers are due at 4:30 pm, ET on 04 Sep 19. Email quotes to olayemi.o.olatunji.mil@mail.mil. Questions are due by 4:30 pm, 1 Sep 2019, and must be submitted via email. Questions will not be answered via telephone. 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. Quotes must include price, technical capability and past performance information (PPI). Award will be made to the quote that presents the best value to the government. Price will be evaluated, along with technical capability and PPI. The awardee must not have negative or adverse information on FAPIIS or SPRS in the last three years. Technical capability and past performance will be rated as Acceptable or Unacceptable. The Government intends to award to the small business that meets or exceeds the technical specifications listed and meets the provisions of the solicitation. The Government may award to other than the lowest price quote. The perceived benefits of the higher priced quote shall merit the additional cost. Negative or adverse action in FAPIIS or SPRS in the last three years may render your quote unacceptable. Award may be made without discussions. Therefore, vendor must provide complete information in the package for the Government to determine the best value. The Government reserves the right to require minor clarifications. However, the Government may award without requesting clarification for ambiguity. The following provisions and clauses are applicable to this solicitation: The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. See attached addenda for quote instructions. The provision at 52.212-2, Evaluation -- Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision. See addenda. Offers should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. See addenda. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. See addenda. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition. See addenda.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »