MODIFICATION
42 -- Response to Vendor Posted Questions.
- Notice Date
- 1/25/2013
- Notice Type
- Modification/Amendment
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- USPFO for Arizona, 5645 East McDowell Road, Phoenix, AZ 85008-3442
- ZIP Code
- 85008-3442
- Solicitation Number
- 10293359
- Response Due
- 1/31/2013
- Archive Date
- 3/26/2013
- Point of Contact
- Thomas McKendry, 602-267-2129
- E-Mail Address
-
USPFO for Arizona
(thomas.mckendry@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. 1.This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the FAR (Federal Acquisition Regulation) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Combined Synopsis/Solicitation requested and a written solicitation will not be issued. 2.This announcement constitutes the only Combined Synopsis/Solicitation; quotations are being requested and no further solicitation will be made. 3.The Combined Synopsis/Solicitation Number is:10293359. The Combined Synopsis/Solicitation is issued as an Request for Quotation(RFQ). The award will be FIRM FIXED PRICE. 4.Quotes are due via email to thomas.mckendry@us.army.mil with 10293359 in the SUBJECT line by 1500 MST 31 Jan 2013 at noon local time. NO EXCEPTIONS. 5.Question Submission: Interested offerors may submit any questions concerning the solicitation prior to 1500 MST 29 Jan 2013. Questions must be submitted by email to thomas.mckendry@us.army.mil with 10293359 Training in the subject line. Questions not received within the time or format specified will not be considered. No telephonic request will be entertained. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the FEDBIZOPS. All questions must be addressed to the Contracting Officer/Specialist only. Any other official may disqualify the offeror from submission of a quote. 6.Offerors are encouraged to check the Federal Business Opportunity (FEDBIZOPS) website at http://www.fedbizops.gov for any amendments to this combined synopsis/solicitation. 7.This acquisition is 100% set aside for Small Business under NAICS: 611710 Size Standard is $7.0m. 8.The Arizona Army National Guard is requiring: Description of requirements for the training to be acquired: 1. Purpose of training: a. Primary - Train Members of the Survey Section, DECON Section and Select Analytical Personnel on the Identification, Mitigation and Safe Manipulation for Testing Purposes of Homemade Explosives and their components. b. Secondary - Successful, Low Risk Investigation of Improvised Devices (ID) during WMD/HAZMAT events IOT identify devices type by design, purpose and status of operation (i.e., powered on, dispersing, spent) as well as to mitigate devices effects (cutting power, reducing output, etc) 2. Identification of Supplies and Services: a. Not to exceed a 4 day course, taught on-site in Phoenix, AZ 85008 to include: 1) Device and Site Investigation: Long Range Recon, cordon and search- three dimensional, approach safeties for a possible (ID), Hook and Line (remote moving of a suspect package, remote opening of a vehicle's doors and trunk) with demonstrations of various kits to accomplish this task. 2) Recon and Mitigation of HME, Identifiers of an HME lab, HME construction by the instructors for the purpose of using integral team equipment to detect, Demonstration of what TTP's can be used to mitigate different types of HME 3) Robotics Demonstration of various platforms to include the iRobot PACBOT model. 4) Field Exercise to demonstrate all Terminal Learning Objectives The training must be performed by certified Explosive Ordnance Disposal (EOD) Technicians. Technicians must have boots on ground experience actually performing the Terminal Learning Objectives as a member of the DOD workforce in the Afghanistan/Iraq Area of Operations. At time of quote submission, resumes/ statement showing each technician's EOD experience in the Afghanistan/Iraq Area of Operations shall be provided, no exceptions. Quotations not meeting the standard above will be considered nonresponsive. Sample of the course syllabus, training schedule and course handout will be provided with quote submission. 9.Quotes will be submitted in the following format: CLIN 1: Training QUANITY 1 Each:$_______________________________TOTAL:$_____________________ TOTAL:$___________________________ 10.The Combined Synopsis/Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62. Effective December 20, 2012. The provisions and clauses, which are incorporated herein by reference or full text, apply to this acquisition: a.FAR 52.212-1, Instructions to Offerors-Commercial Items (FEB 2012). b.FAR 52.212-2 Evaluation- Commercial Items (JAN 1999). Specifically (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and price alone. c.DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2012). d.FAR 52.204-99 System for Award Management Registration(Deviation) e.FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (DEC 2012). Offerors shall include a completed copy of the provision with its offer. f.DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items (JUN 2005) g.FAR 52.212-4 Contract Terms and Conditions (FEB 2012). h.FAR 52. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (NOV 2012), paragraph (a) and the following clauses in paragraph (b) are not limited to 52.222-26, 52.222-35; 52.222-36, 52.222-37, the full text of the referenced FAR clauses may be accessed electronically at https: //www.acquisition.gov/far/. i.FAR 52.204-99 System for Award Management Registration (AUG 2012) (DEVIATION). j.FAR 52.211-6 Brand Name or Equal (AUG 1999) k.DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) l.DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (JUN 2012) Quote SHALL be good for 30 calendar days after close of Combined Synopsis/Solicitation. Shipping must be free on board (FOB) destination CONUS (Continental U.S.) which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The location of the training is: Phoenix, AZ 85008. ****Government's Response to Posted Questions**** 1. How many personnel will attend class? Response: Not to exceed 25 personnel. 2. Does the vensor have to supply the robots? Response: Yes the Vendor shall provide the robot. 3. Are electronic Submissions authorized? Response: Electronic Submissions are authorized and highly encouraged.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02/10293359/listing.html)
- Place of Performance
- Address: USPFO for Arizona 5645 East McDowell Road, Phoenix AZ
- Zip Code: 85008-3442
- Zip Code: 85008-3442
- Record
- SN02972363-W 20130127/130125234046-c6c5360b804c0c7c6875e10348d91520 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |