MODIFICATION
U -- Live-fire CQCSMUT, assault mission planning, and Full Mission Profiles course
- Notice Date
- 2/4/2016
- Notice Type
- Modification/Amendment
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Department of the Army, National Guard Bureau, 142 FW/LGC, 6801 NE CORNFOOT ROAD, PORTLAND IAP, Oregon, 97218-2797
- ZIP Code
- 97218-2797
- Solicitation Number
- W912JV16T4005
- Archive Date
- 3/10/2016
- Point of Contact
- Steven, Phone: 5033354490
- E-Mail Address
-
steven.s.dong.mil@mail.mil
(steven.s.dong.mil@mail.mil)
- Small Business Set-Aside
- N/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; quotes are being requested and a written solicitation will not be issued. This solicitation W912JV-16-T-4005 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) 2005-55. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 611699 and the small business size standard is $11.0 million. The following commercial service is requested in this solicitation: CLIN 0001 - Course/training to include live-fire CQC; explosive, shotgun and manual breaching, SMUT, assault mission planning, and Full Mission Profiles (FMPs). See attached PWS for requirements and further details. QTY: 1 Unit of Issue: Job Period of Performance: 2/29/16 - 3/8/16 Location: Vicinity of Boise, Idaho CLIN 0002 - 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 for both ARMY and AIR FORCE collection site. The contractor is required to completely fill in all required data fields using the following web ad-dress: _http://www.ecmra.mil/. Reporting inputs 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 inputs 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 Unit of Issue: Job Due Date: Reporting is to be completed by 10/31/16. Questions and Answers: Questions must be submitted in writing to the Contracting Officer by Monday 2/8/16 at 10:00am PST. Answers will be posted on FBO the following week. PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management at http://sam.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, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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, technically acceptability and delivery time of all items "all or none" is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, 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, 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 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-41, Service Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law 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 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) 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 ALT III, Transportation of Supplies by Sea-Alt III Interested vendor are to provide their size standards, CAGE code, DUNS #, and tax identification. All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov and shall be considered for award. All quotes must be sent to MSgt Steven Dong via e-mail at steven.s.dong.mil@mail.mil. Quotes are required to be received not later than 24 February 2016, 1:00 pm PST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35-2/W912JV16T4005 /listing.html)
- Place of Performance
- Address: Boise, Idaho, United States
- Record
- SN04009661-W 20160206/160204234612-5a5eb26bd1837bb01ec1364e367d9317 (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 |