2019 Brunswick CERF-P SCVS
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOU... This is a combined synopsis/solicitation for commercial services 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 is being issued as a Total Small Business Set-Aside. The solicitation number is W912JD-19-Q-05NF, and the solicitation is issued as a Request for Quote (RFQ). The NAICS is 541990 and size standard is $14 million. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-01, effective 12/19/2018. Currently, General Decision Number WD 2015-4005 & 4009 respectively (Rev No. 8) , dated 12/26/2018 are applicable to this combined synopsis/solicitation. https://www.wdol.gov/wdol/scafiles/std/15-4005.txt?v=8 https://www.wdol.gov/wdol/scafiles/std/15-4009.txt?v=8 This solicitation is being issued on behalf of the Maine Army National Guard utilizing procedures in FAR part 13.5, Simplified Acquisition Procedures. This activity has a significant amount of experience in contracting for this sort of effort, which has been performed through contracted efforts at several geographically separate locations in recent years. The Government intends to place a Single, Lowest Price, Technically Acceptable, Firm-Fixed Price order without discussions. Description of Requirements: Maine Army National Guard, MEARNG requests the procurement and delivery of services for Structural Collapse Venue Site (SCVS) - RESET with Role Players to support Brunswick 2019 Homeland Response Force (HRF) External Evaluation (EXEVAL) and Collective Training Event (CTE) with Role Player Support for the period of 8-11 May 2019. See Performance Work Statement and all attachments for complete information. The resulting contract from this combine synopsis solicitation will require the Contractor to be compliant with the Contract Manpower reporting (CMR) system. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. See attached Performance Work Statement (PWS) and all attachments for complete information. Requirement: Services Non-Personal. Provide all plant, labor, equipment, materials, and transportation necessary to successfully execute the line items below and the Performance Work Statement and Annexes as attached. CLIN 0001 New England CERFP Collective Training Event (CTE), Brunswick, ME; Structural Collapse Site Venue (SCVS) reset, role players, mannequins, moulage and medical support - contractor shall perform all services in accordance with attached performance work statement (PWS) dated __FEB2019 (Period of Performance: 8-11 May 2019) QTY: 1 Job The following provisions are included for the purposes of this combined synopsis/solicitation: The full text provisions may be accessed electronically at http://farsite.hill.af.mil 52.202-1, Definitions 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-5, Certification Regarding Responsibility Matters 52.212-1, Instructions to Offerors -- Commercial Items (JUL 2013); Evaluation in accordance with FAR 13.106-2 based on the lowest price technically acceptable offer 52.212-3, Offeror Representations and Certifications -- Commercial Items ALT I; 52.233-2, Service Protest 52.237-1, Site Visit 52.252-1, Provisions Incorporated by Reference (http://farsite.hill.af.mil) 252.204-7011, Alternative Line Item Structure 252.209-7994 (DEV), Prohibition Against Using Fiscal Year 2014 Funds to Contract with Corporations that have an Unpaid Delinquent Tax Liability or a Felony Conviction Under Federal Law The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: The full text clauses may be accessed electronically at http://farsite.hill.af.mil 52.203-3, Gratuities 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government - Alternate I 52.203-12, Limitations on Payments to Influence Certain Federal Transactions 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-4, Printed or Copied-Double Sided on Post- consumer Fiber Content Paper 52.204-13, System for Award Management Maintenance 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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 52.219-1 Alt I, Small Business Program Representations 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 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 Contract Labor Standards (Dev 52.222-99 containing EO 13658) (DOL WD Attached) 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.222-55, Minimum Wages Under Executive Order 13658 52.222-60, Paycheck Transparency Executive Order 13673 52.222-62, Paid Sick Leave Under Executive Order 13706 52.223-5, Pollution Prevention and Right to Know Information 52.223-6, Drug-Free Workplace 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a) 52.225-13, Restrictions on Certain Foreign Purchases 52.225-26, Contractors Performing Private Security Functions Outside the United States 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations 52.228-5, Insurance - Work on a Government Installation 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 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 52.243-1 Alt II, Changes - Fixed Price 52.246-4, Inspection of Services - Fixed Price 52.247-34, F.O.B Destination 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels 52.252-2, Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6, Authorized Deviations in Clauses, http://farsite.hill.af.mil 252.201-7000, Contracting Officer's Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.204-7006, Billing Instructions 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.225-7002, Qualifying Country Sources As Subcontractors 252.225-7012, Preference for Certain Domestic Commodities 252.225-7048, 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 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002, Requests for Equitable Adjustment 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.247-7022, Representation of Extent of Transportation of Supplies by Sea 252.247-7023, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies by Sea Submittal Requirements: Submit the following in order to be considered for award. 1. Pricing of CLIN 0001 2. Technical Proposal detailing how Contractor will accomplish the requirements of the PWS 3. Representations and Certifications (52.212-3 Alt 1) This solicitation is being issued as a Total Small Business Set-Aside and only qualified sellers may submit bids. This solicitation will end on in accordance with time specified on the FedBid announcement. Offers received after the required date of submission may not be considered unless determined to be in the best interest of the Government. All questions are due by COB 20MAR2019, which is 4:00 p.m. EDT. All quotes are due 25MAR2019 by 12:00 p.m. EDT. Period of acceptance: Offerors agree to hold the prices in their quotes firm for 60 calendar days from the date specified for receipt of quotes. All responsible sources may submit timely quotes, which shall be considered. In addition to proposed pricing, offerors shall submit written quotes that inlcude technical capability in sufficient detail to enable evaluation in compliance with the requirements of this combined synopsis/solicitation. The Government intends to award one contract without discussions and advises all interested parties to present their best pricing in response to this announcement. All offerors must be registered in SAM in order to receive an award. Prospective offerors shall forward an electronic copy of their quote package to the contracting officer as the primary point of contact as well as the secondary point of contact; the contract specialist. All quotes shall be delivered electronically to the e-mail addresses indicated below by the times specified in this announcement.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »