MODIFICATION
R -- CTE Training 4th Quarter - CIDC - Amendment 1
- Notice Date
- 7/11/2018
- Notice Type
- Modification/Amendment
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-18-R-02KC
- Archive Date
- 7/31/2018
- Point of Contact
- Lacey N. Hocutt, Phone: 6095624118
- E-Mail Address
-
lacey.n.hocutt.civ@mail.mil
(lacey.n.hocutt.civ@mail.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Q&A RFP Letter, dated 11 July 2018 PWS, dated 11 July 2018 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. (ii) The solicitation W15QKN-18-R-02KC utilizing the attached request for proposal (RFP) letter. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98. (iv) This will be a 100% set-aside for SDVOSB and the associated NAICS code is 611699 with a small business size standard of $11,000,000.00. (v) A suggested list of line item structure is provided however, the Government is requesting a Cost/technical proposal. (vi) Description of requirements: The US Army Criminal Investigation Command (CIDC) has a requirement to procure high quality advanced collective level protective service training inclusive of lodging/meals. The mission's purpose is to increase the unit's overall proficiency and readiness in terms of protective service operations. (vii) Tentative Period of Performance: 13 August 2018 through 12 August 2019 Place of delivery/acceptance/FOB point: N/A; Contractor will be required to provide a training site applicable to all the specifications listed in the attached PWS. The following FAR provisions are applicable: (viii) 52.212-1- "Instructions to Offerors - Commercial" (ix) 52.212-2- "Evaluation -- Commercial Items," will be used and the evaluation criteria will be based on Lowest Price Technically Acceptable (LPTA). (x) 52.212-3- "Offeror Representations and Certifications -- Commercial Items" (xi) 52.212-4- "Contract Terms and Conditions -- Commercial Items" (xii) 52.212-5- "Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items" (xiii) Contract financing arrangements or warranty requirements (other than customary commercial practices) have been determined by the contracting officer not necessary for this acquisition. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating, if applicable: N/A (xv) Proposals are due - 16 July @ 12:00PM EST. (xvi) Point of Contact for Solicitation W15QKN-18-R-02KC - Contract Specialist, Lacey Hocutt, 609-562-4118 or lacey.n.hocutt.civ@mail.mil. Attachments: 1) PWS, revised 11 July 2018 2) RFP Letter, revised 11 July 2018 3) Contract Data Deliverables - DD 1423 4) Q&A Questions are required to be submitting in writing by 12 July 2018, 2:00pm EST to lacey.n.hocutt.civ@mail.mil Please see the revised PWS and RFP letter, dated 11 July 2018. Along with the industry Q&A document. The DD 254 and continuation page has been deleted for this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/027152b3b73d3d6f1aca15fa04fc0f49)
- Place of Performance
- Address: Fort Belvoir, Virginia, United States
- Record
- SN04987186-W 20180713/180711231100-027152b3b73d3d6f1aca15fa04fc0f49 (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 |