Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912LP-19-Q-4001
Iowa Army National Guard Midwest Counter Drug Training Center Lodging for Law Enforcement Officers and K9 Partners This is a combined synopsis/solicitation for commercial services prepared in accordan...
Iowa Army National Guard Midwest Counter Drug Training Center Lodging for Law Enforcement Officers and K9 Partners 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, W912LP-19-Q-4001, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, effective 22 Jan 2019. This procurement is 100% small business set a side. The NAICS code is 721110 and the small business size standard is $32.5 million. Basis for award is Price. The following commercial services are requested in this solicitation: Contractor shall provide lodging (rooms) for up to 65 law enforcement officers and their K9 partners, in accordance with the attached Performance Work Statement (PWS). Period of Performance: 5-10 May 2019. Contract line item numbers (CLINs) and quantities are as follows: CLIN 0001: Lodging, Quantity/Unit of Issue: 325 EA (5 nights x 65 Rooms = 325 room nights) Proposed prices shall be firm fixed price (FFP) and inclusive of all labor, materials, and associated services required to provide the lodging requirements as described within the PWS. The following provisions are incorporated into this solicitation by reference: FAR 52.212-1 (DEV), Instructions to Offerors - Commercial Items DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls The following clauses are incorporated into this solicitation by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.219-6 (DEV), Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment #2. 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. FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials The following clauses are incorporated by full text. The full text is found in Attachment #2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Service Contract Labor Standards (formerly Service Contract Act) applies to this acquisition. Submission Requirements: The contractor shall provide a proposal on company letterhead, and must include the following information with their quote: 1) Company Name, address and telephone number; 2) Point of Contact (POC) name, telephone number and email address; and 3) pricing for the CLINs identified above. Questions regarding this solicitation may be submitted to Mrs. Megan Kaszinski, Contract Specialist to the email addresses provided below. Proposals are due by 11:00 a.m. local (central) time on 29 April 2019. Electronic proposals are preferred, and may be submitted via email to Mrs. Megan Kaszinski, megan.r.kaszinski.mil@mail.mil. Hard copy proposals may be mailed to USPFO for Iowa, Purchasing and Contracting (P&C), Camp Dodge, ATTN: Mrs. Megan Kaszinski, 7105 NW 70th Avenue, Bldg 3475, Johnston, Iowa, 50131-1824. Facsimile proposals will not be accepted. Regardless of how proposals are sent, the contractor is responsible for ensuring that they are received in the USPFO P&C Office by the due date/time. Attachments: #1 - Performance Work Statement (PWS) #2 - Full Text Provisions and Clauses #3 - Wage Determination