SOLICITATION NOTICE
R -- Program Manager II Services: Unit Training Manager - Package #1
- Notice Date
- 8/9/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Army, National Guard Bureau, 129 RQW, BASE CONTRACTING, PO BOX 103/STOP 25, MOFFETT FEDERAL AIRFIELD, California, 94035
- ZIP Code
- 94035
- Solicitation Number
- W912LA-16-T-7019
- Archive Date
- 9/8/2016
- Point of Contact
- Paul N. Ochs, Phone: 650-603-9276, Bardia Barmaki, Phone: 650-603-8575
- E-Mail Address
-
paul.n.ochs.mil@mail.mil, bardia.barmaki.mil@mail.mil
(paul.n.ochs.mil@mail.mil, bardia.barmaki.mil@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Performance Work Statement Solicitation Solicitation: W912LA-16-T-7019 Description: Program Manager II Services: Unit Training Manager Closing Date: Wednesday, 24 August 2016, 2:00p Pacific NAICS: 541990, All Other Professional, Scientific, and Technical Services MOFFETT FEDERAL AIRFIELD, SANTA CLARA COUNTY, CALIFORNIA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 solicitation number for this procurement is W912LA-16-T-7019 and is hereby issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the FAC 2005-89, Effective: 14 Jul 2016. This acquisition is 100% set aside for certified 8(a) small business concerns. The associated North American Industry Classification System (NAICS) is 541990, "All Other Professional, Scientific and Technical Services" is applicable. The Small Business Size Standard is $15,000,000.00. The successful offeror shall provide the following Contract Line Item Numbers (CLINs): CLIN 0001 Small Business Administration Servicing Office (Info CLIN) This CLIN is provided here for reference only and will be used to document the 8(a) firm's Small Business Administration (SBA) administering office and point of contact. CLIN 0002 Program Manager II Services All work will be performed in accordance with (IAW) the attached Performance Work Statement (PWS). The period of performance for this effort is one (1) calendar year after award and is comprised of approximately 2,008 billable hours. CLIN 0003 Reimbursable Travel Expenses This CLIN is provided for reference only and will be used to reimburse the Contractor for travel and per diem expenses incurred for Government-directed travel IAW FAR 31.205-46 and the Joint Travel Regulation (JTR). Offerors should not provide pricing for this CLIN. The 131st Rescue Squadron (131 RQS) requires contracted Program Manager II services in support of its Unit Training Manager (UTM) Program IAW the attached Performance Work Statement (PWS). The scope of this requirement is to provide comprehensive administrative oversight of the 131 RQS training program. These services include managing the UTM program, Manager's Internal Control Program (MICP), and support of the squadron's current operations for training and real-world mission. The 131 RQS previously obtained these services through an 8(a) sole-source contract action under the GSA Temporary and Administrative Professional Staffing (TAPS) program. Due to the mission-critical and enduring nature of this requirement, the 131 RQS is widening the pool of prospective contractors to others in the 8(a) program in procuring these services as an 8(a) competitive requirement. All services under this requirement will be performed at Moffett Federal Airfield, Santa Clara County, California 94035. Additionally, services may be required at various domestic operational and training sites as specified in the PWS and dictated by mission requirements. The period of performance for this effort will be for one (1) calendar year. The FAR provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Addenda have been added to this provision; please see the full-text (attached). The FAR provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Addenda have been added to this provision; please see the full-text (attached). Offerors are advised to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. If the offeror's firm has completed their annual representations and certifications electronically via the System for Award Management (SAM) website, offerors need only complete paragraphs (b) of the provision. Please see the full text of the provision (attached). The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. No addenda have been added to this provision. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders, applies to this acquisition. This clause has been incorporated with Deviation 2013-O0019; please see the full-text (attached). Offerors are advised of the additional contract requirements: 1. That the duties prescribed in the attached PWS may require the successful offeror's employees to travel aboard military aircraft. 2. The offeror's employees will be required to perform services in support of training and real-world domestic recovery missions. 3. IAW the Defense FAR Supplement clause at 252.232-7006, all invoicing must be submitted via the Wide Area Workflow (WAWF) system. 4. It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. All provisions and clauses may be viewed in full text at http://farsite.hill.af.mil. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. All responses to this solicitation must be received by 2:00pm, August 24, 2016. Proposals may be submitted via the following methods: 1. Email response to BOTH of the email addresses provided: Contracting Officer: MSgt, Paul (Nick) Ochs, paul.n.ochs.mil@mail.mil Contracting Specialist: TSgt Bardia Barmaki, bardia.barmaki.mil@mail.mil 2. First Class Postage or Commercial Carrier: 129 MSG/MSC Attention: MSgt Ochs/TSgt Barmaki 680 Macon Road, Room 34 Moffett Field, CA 94035-0103 Telephone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-3/W912LA-16-T-7019/listing.html)
- Place of Performance
- Address: Pararescue Training Facility, Building 663, Moffett Field, California, 94035, United States
- Zip Code: 94035
- Zip Code: 94035
- Record
- SN04214870-W 20160811/160809234719-68a28a4ba6b698183861fc8dd64ac5cd (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 |