MODIFICATION
R -- The Kentucky Army National Guard (KYARNG) requirement is for Structural Collapse Venue Site (SVCS) Role Player Support Services.
- Notice Date
- 5/5/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192
- ZIP Code
- 40601-6192
- Solicitation Number
- W912KZ14T0004
- Response Due
- 5/23/2014
- Archive Date
- 7/4/2014
- Point of Contact
- Dwight E. Kinder, 502-607-1208
- E-Mail Address
-
USPFO for Kentucky
(dwight.e.kinder2.mil@mail.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. The Government intends to award a single Firm-Fixed Price, Lowest Price, Technically Acceptable, contract without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. This award will be issued under NAICS code 541611 with a size standard of $7M. Period of Performance: 17 - 20 June 2014 Place of Performance: Muscatatuck Urban Training Center, 4230 East Administrative Drive, Butlerville, IN 47223 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 for the KYARNG via a secure data collection site. The following provisions are included for the purposes of this combined synopsis/solicitation: 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 52.252-1-Provisions Incorporated by Reference (http://farsite.hill.af.mil). 52.237-1 - Site Visit 252.203-7005 - Representation Relating to Compensation of Former DoD Officials 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 52.233-2 - Service Protest 252.215-7008 - Only One Offer The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 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 (Dev.); 52.219-6 - Notice of Small Business Set Aside 52.219-28 - Post-Award Small Business Program Representation 52.222-21 - Prohibition of Segregated Facilities 52.222-41 - Service Contract Act of 1965 52.222-42 - Statement of Equivalent Rates for Federal Hires 52.222-50 - Combating Trafficking in Persons 52.223-5 - Pollution Prevention and Right to Know Information 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving 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 52.252-2-Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6 - Authorized Deviations in Clauses 252.201-7000 - Contracting Officer's Representative 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.223-7006 - Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7010 - Levies on Contract Payments 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 - Subcontracts for Commercial Items 52.222-3 - Convict Labor 52.222-36 - Affirmative Action for Workers with Disabilities 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 52.222-35 - Equal Opportunity for Veterans 52.222-37 - Employment Reports on Veterans 52.228-5 - Insurance - Work on a Government Installation 52.203-3 - Gratuities 52.203-6 Alt. I - Restrictions on Subcontractor Sales to the Government - Alternate I 52.204-4 - Printed or Copied-Double Sided on Post- consumer Fiber Content Paper 52.219-8 - Utilization of Small Business Concerns 52.219-14 - Limitations on Subcontracting 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act 52.222-44 - Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.222-54 - Employment Eligibility Verification 252.225-7012 - Preference for Certain Domestic Commodities 252.243-7002 - Requests for Equitable Adjustment Submittal Requirements: Submit the following in order to be considered for award. 1. Lump sum pricing for all requirements. 2. Technical Proposal detailing how Contractor will accomplish the requirements of the PWS 3. Representations and Certifications (252.209-7994). Submitted offers will only be accepted via email, dwight.e.kinder2.mil@mail.mil. All submittals must be received NLT: 23 May 2014, 3:30 pm EST. Offers received after the established closed date/time may not be considered unless determined to be in the best interest of the Government. All questions concerning this solicitation shall be in writing and forwarded to dwight.e.kinder2.mil@mail.mil. Set-aside code: Small Business Point of Contact: SFC Dwight E. Kinder, 502-607-1828 Email: dwight.e.kinder2.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA15/W912KZ14T0004/listing.html)
- Place of Performance
- Address: USPFO for Kentucky Boone National Guard Center, Building 120, 120 Minuteman Parkway Frankfort KY
- Zip Code: 40601-6192
- Zip Code: 40601-6192
- Record
- SN03357619-W 20140507/140505234856-f0334e3d30b65c1d94a7f64288388e3a (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 |