SOLICITATION NOTICE
U -- WEAPONS OF MASS DESTRUCTION (WMD) BIOLOGICAL AGENTS TRAINING COURSE
- Notice Date
- 10/31/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
- ZIP Code
- 98430-5170
- Solicitation Number
- W912K30010429817
- Response Due
- 11/8/2013
- Archive Date
- 12/30/2013
- Point of Contact
- Matthew Wathen, 253-512-8886
- E-Mail Address
-
USPFO for Washington
(matthew.m.wathen.civ@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- 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. This is a combined synopsis/solicitation for supplies 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. This requirement is issued as a request for quote reference number 0010429817. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-70 and the Defense Federal Acquisition. Regulation Supplement (DFARS) change notice 20131031. It is the contractor's responsibility to become familiar with applicable clauses and provisions. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. The date, time and request for quote offers are due by: 12:00 P.M. Eastern Time on 8th November 2013 to matthew.m.wathen.civ@mail.mil Electronic offers preferred. All questions must be submitted by email no later than 24 hours prior to bid close date. NO QUESTIONS BY TELEPHONE AS EVERYTHING MUST BE IN WRITING (EMAIL). *MUST INCLUDE COMPANY CAGE CODE & TAX ID INFORMATION WITHIN QUOTE* THIS IS 100% SBA 8(a) Set-Aside. Must bid all or nothing. THIS REQUIREMENT IS FOR: WEAPONS OF MASS DESTRUCTION (WMD) BIOLOGICAL AGENTS TRAINING COURSE CLIN 0001 - BIOLOGICAL AGENTS TRAINING COURSE IAW THE ATTACHED STATEMENT OF WORK (SOW) x 25 (Estimated) Students. EXTENDED DESCRIPTION: Period of Performance: November 18-22, 2013. Location of Performance: Camp Murray, WA. Number of Students: Between 18-25 students. Please quote the price per student, including cost of training materials, and total price for soldiers/students as denoted below. This contract will be awarded as a Firm Fixed Price Contract. All travel and per diem costs shall be included in the pricing of this line item. There will be no separate CLIN for per diem or travel reimbursement nor will such costs be reimbursed after performance under the contract is complete. These costs MUST be included in the price per student line item quote/bid. See attached Statement of Work (SOW) for specific requirements. $_________________EACH Student/Soldier (including training materials) x 25 EA. CLIN 0002 - Contractor Manpower Reporting (CMR) is an Army Initiative and System that was implemented on Mar 8, 2005. It is a business process designed to obtain better visibility of the contractor service workforce from Contractors supporting the Army. The process was created to collect information on funding source, contracting vehicle, organization supported, mission and function performed, and labor hours and costs for contracted efforts. Please read the implementation language below, it will include the web-site address in which the information is entered. a.The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. b.Reporting period will be the period of performance not to exceed 12 months ending 30 Sep of each government fiscal year. c.*IMPORTANT!!! Information must be reported within 30 business days after the completion of this contract. Report due on December 22nd, 2013. d.The following is what you will need to add Location Information to your contract which will already exist in the CMR system. e.Contract Number: f.FSC Code: S10 (Services) g.Direct Labor Hours: estimated time spent working at the site h.Direct Labor Dollars: money spent for the direct labor assistance i.Fiscal Year of Labor Dollars/Hours: defaulted to the current Fiscal Year j.Country: defaulted to the United States State: select the state the service was rendered by clicking on the drop down box. Zip Code: type in the zip code with four-digit extension of where the service was City or Installation of Service: type the city of where the service was rendered k.FOB: Destination l.SIGNAL CODE: A $__________________LUMP SUM GRAND TOTAL $_____________ NOTES: Place of Performance requirement: Camp Murray, Tacoma, WA 98430. WAGE DETERMINATION: WD 05-2567 (Rev.-17) was first posted on www.wdol.gov on 06/25/2013 Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.211-6, (If Applicable) Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price of all item quote mark all or none quote mark. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-44 Fair Labor Standards act and Service Contract Act-Price adjustment; FAR 52.222-54 Employment Eligability Verification: FAR 52.228-5 Insurance-Work on a government Installation; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable) FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, FAR 52.237-7, Indemnification and Medical Liability Insurance, Restrictions on Certain Foreign Purchases (Applicable only for medical contracts), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45/W912K30010429817/listing.html)
- Place of Performance
- Address: Camp Murray, WA Building 32, Camp Murray Tacoma WA
- Zip Code: 98430-5170
- Zip Code: 98430-5170
- Record
- SN03225359-W 20131102/131031234252-05d29507d539cf106f25c49176eac438 (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 |