Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2020 SAM #6638
SOLICITATION NOTICE

R -- Incident Leadership Training

Notice Date
1/30/2020 1:03:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
W7N6 USPFO ACTIVITY WA ARNG TACOMA WA 98430 USA
 
ZIP Code
98430
 
Solicitation Number
FY20-0002
 
Response Due
2/5/2020 12:00:00 PM
 
Archive Date
02/20/2020
 
Point of Contact
Nicholas Parker, Phone: 2535128225
 
E-Mail Address
nicholas.a.parker24.mil@mail.mil
(nicholas.a.parker24.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. Solicitation number/ FY20-0002 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-02, dated 23 December 2019 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20190531.� It is the contractor�s responsibility to become familiar with applicable clauses and provisions. �This acquisition is under North American Industry Classification Standards (NAICS) code 611430 Professional and Management Development Training. This RFQ is for a Firm Fixed Price (FFP) contract. The government intends to award a contract to a qualified 100% total small business deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 13, whose quote conforms to all of the RFQ's requirements and is judged to represent the Best Value to the Government in accordance with the evaluation scheme set forth in this RFQ. Evaluation will be based upon lowest price technically acceptable (LPTA), and delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive. In no event shall any understanding or agreement between the contractor and any government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the government. Government POC:� Government POC will be provided at time of award. Any changes must be coordinated through the government POC and approved in writing by the Contracting Officer. The date, time and request for quote offers are due by�05 February�2020 at 3:00 P.M. EST to nicholas.a.parker24.mil@mail.mil. �Electronic offers preferred. All questions must be submitted by email no later than 24 hours prior to bid close date. Please email all questions so everything is documented. Description: The 96th Aviation Troop Command (ATC) has requested Incident Leadership Training to enhance the organization�s ability to more efficiently respond to the Domestic Operations and Defense Support to Civil Authorities mission set of the 96th ATC and it�s subordinate units. Leaders in the organization who have already received Incident Leadership training see tremendous value in the course being provided to the entire 96th ATC. The organization requests instructional focus on disciplines that enhance crew or team resiliency and effectiveness, including leadership, error reduction and management, and doctrine development. Training should maximize simulation aids and role players to emulate realistic conditions encountered by National Guard responders in a natural disaster or catastrophic domestic event, and enhance WAARNG Soldier�s ability to effectively operate within the civil incident command system structure. CLIN1: Incident Leadership Training ______ x 1 Job ______ Total See Exhibit A � Performance Work Statement (PWS) for a detailed breakdown of requirements. Vendor must submit a proposal that itemizes all related expenses to include airfare, hotels, per diem, etc. Travel expenses will be in accordance with the Joint Travel Regulation (JTR) and limited to GSA published per diem rates. Vendors are encouraged to show existing capabilities of providing this training, and outline past performance relative to the scope of this training. Please provide product description of Incident Leadership Training for incident management team members that will be provided to the government. Vendor must be certified to provide expert training services. Vendors who are unable to provide certification standards as outlined in the PWS will be considered un-responsive to RFQ. � PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through https://www.acquisition.gov/. FAC 2020-02, DATED: 23 December 2019. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.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 52.222-50, 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 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.207-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law DFARS 252.211-7003 Item Unique Identification and Valuation. 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 Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF).��Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission�of Payment Requests.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/519ee8a996bb4b8db0cf56febd3c7d45/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98433, USA
Zip Code: 98433
Country: USA
 
Record
SN05547559-F 20200201/200130230203 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.