SOLICITATION NOTICE
U -- Hazmat Chemistry for First Responders Training - Statement of Work
- Notice Date
- 2/1/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Connecticut, 360 Broad Street, Hartford, Connecticut, 06105-3795
- ZIP Code
- 06105-3795
- Solicitation Number
- W91ZRS-16-Q-A001
- Archive Date
- 3/3/2016
- Point of Contact
- Fabiola Arango,
- E-Mail Address
-
fabiola.arango.mil@mail.mil
(fabiola.arango.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work 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 United States Property & Fiscal Officer (USPFO) for Connecticut intends to award a contract for instruction on foundational chemistry theories and concepts that apply to, shape and drive our standard operating procedures within the CT Area of Responsibility (AOR). This course will serve as a refresher for the basic chemistry skills taught in the Civil Support Skills Course. This training will occur from 11-15APR 2016. See attached Statement of Work. The contractor must have extensive experience with web-based hazardous materials analytical tools to include software and other reach back sources. The contracted instructor(s) must be a certified HAZMAT technician or at least five years' experience working with the application of chemistry to field operations for first responders. All instructors must hold at a minimum a graduate level degree in chemistry or related science from an accredited university. The solicitation number is W91ZRS-16-Q-A001 and is issued as a Request for Proposal (RFP). NAICS Code: 611699 All Other Miscellaneous Schools and Instruction. The Small Business Size Standard is $11,000,000. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-08. All interested, responsive, and responsible contractors are encouraged to submit proposals by submitting a response via e-mail to Fabiola Arango, Contract Specialist at Fabiola.arango.mil@mail.mil no later than 1:00 PM EST 17 FEB 2016. Responses should include the company name, address, contact name and title, phone number, e-mail address, business size and classification/certification under one of the NAICS Codes listed above, Commercial And Government Entity (CAGE) Code, Dun & Bradstreet (D-U-N-S) Number, and a list of your company's two (2) most recent contracts/projects of the same type described in this notice, if applicable. Please limit responses to ten (10) pages or less. Offerors are instructed to include an estimate for the cost (if any) of complying with CMRA (Contractor Manpower Reporting Application) as part of the cost proposal. This is an estimated cost (if any) that would be incurred to comply with the CMRA requirement. Contractor Manpower Reporting (CMR): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract. The contractor is required to completely fill in all required data fields using the following web ad-dress: http://www.ecmra.mil/. Reporting data will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While data may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at http://www.ecmra.mil/. This notice constitutes a request for a formal proposal. Evaluation: The basis for award is Lowest Price Technically Acceptable (LPTA) with technical capability factors equal to price. In accordance with FAR 52.212-3, The evaluation factors will be: (1) Technical Capability w/ sub-factors: a) the capability to perform all the requirements in the SOW, b) corporate experience (reflects whether contractors have performed similar training before), c) appropriate certifications (All certifications shall be current at time of proposal submittal and last through the conclusion of the training event): certified HAZMAT technician or at least five years' experience working with the application of chemistry to field operations for first responders, AND instructors must hold at a minimum a graduate level degree in chemistry or related science from an accredited university; (2) Ability to meet required Period of Performance Dates; (3) Past Performance; and (4) Price. Vendors shall provide at least two (2) relevant past performance references with their proposal. Reference information shall include agency or business name, contract number, dollar amount, point of contact (include phone number and email address), for which your firm has provided the same or similar services or supplies. Firms without a record of relevant past performance must affirmatively state that no relevant past performance is available. Such firms will receive a neutral rating that will be evaluated neither positively nor negatively. Relevant past performance is defined as performance of contracts of similar size scope & complexity as this requirement performed within the past three (3) years. The Government reserves the right to obtain & use past performance information from sources other than those listed in the proposal, to include prior dealing with the government & personal knowledge of the company. Contact SGT Fabiola Arango, Contract Specialist, at the aforementioned e-mail address if you have any questions pertaining to this notice. Questions must be received prior to 3:30 p.m. 12 FEB 2016. Contracting Office Address: USPFO for Connecticut; Purchasing and Contracting Office; 580 North Street, Windsor Locks, CT 06096 The provision FAR 52.212-2, Instructions to Offerors- Commercial, applies. The clause 52.212-4 Contract Terms and Conditions, Commercial Items, and 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items applies Provisions and Clauses pertaining to this solicitation (NOTE: Additional may be applied due to regulation). ALL PROVISIONS AND CLAUSES CAN BE REFERENCED AT https://farsite.hill.af.mil : 52.204-16 Commercial and Government Entity Code Reporting, 52.204-18 Commercial and Government Entity Code Maintenance, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, FAR Instructions to Offerors-Commercial Items, 52.212-3 ALT I Offeror Representations and Certifications-Commercial Items, FAR Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.219-6 Notice of Total Small Business Set-Aside, FAR Post-Award Small Business Program Representation, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, 52.232-39 Unenforceability of Unauthorized Obligations, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.252-2 Clauses Incorporated by Reference, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7005 Representation Relating to Compensation of Former DoD Officials, 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements, 252.204-7012 Safeguarding of Unclassified Controlled Technical Information, 252.204-7015 Disclosure of Information to Litigation Support Contractors, 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials, 252.223-7008 Prohibition of Hexavalent Chromium, 252.225-7031 Secondary Arab Boycott of Israel, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments, 252.244-7000 Subcontracts for Commercial Items, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-36 Equal Opportunity 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
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS-16-Q-A001/listing.html)
- Record
- SN04006380-W 20160203/160201234456-d563189159305c59bbaeb17910c44dc0 (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 |