SOLICITATION NOTICE
V -- Childcare for Yellow Ribbon events
- Notice Date
- 2/4/2020 11:43:27 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 624410
— Child Day Care Services
- Contracting Office
- W7ND USPFO ACTIVITY MD ARNG HAVRE DE GRACE MD 21078-4094 USA
- ZIP Code
- 21078-4094
- Solicitation Number
- W912K6-20-Q-0029
- Response Due
- 2/12/2020 10:00:00 AM
- Archive Date
- 02/27/2020
- Point of Contact
- Frank Harris, Phone: 410-942-8475
- E-Mail Address
-
ng.md.mdarng.list.uspfo-arpc@mail.mil
(ng.md.mdarng.list.uspfo-arpc@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- UNITED STATES PROPERTY AND FISCAL OFFICE MARYLAND ARMY NATIONAL GUARD SOLDIER & FAMILY SUPPORT SERVICES SOLICITATION FOR � YELLOW RIBBON REINTEGRATION PROGRAM CHILDCARE SERVICES ���� SOLICITATION NUMBER: W912K6-20-Q-0029 � SOLICITATION CLOSES: 12 FEBRUARY 2020 1 PM est. ���������� ANTICIPATED CONTRACT TYPE: FIRM FIXED PRICE �� CONTRACT SET-ASIDE: 100% TOTAL SMALL BUSNESS SET ASIDE The MDARNG YRRP Program will require Childcare services for multiple events for children from ages 2-13. These event will be held in the Ellicott City Area.� 1.0 Combined Synopsis. 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 separate written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP). NAICS code 6244410 SBA Size Standard $8 Million. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232?18, Availability of Funds Contract Type and Evaluation Criteria: A. Eligibility for Award. Offerors must have an active registration in the System for Award Management (SAM) at https://www.sam.gov as of the effective date of award to be eligible for award. B. Evaluation. Award shall be made on the basis of Lowest Price most advantageous to the government. The Contractor�s offer shall demonstrate that they will meet or exceed the requirements stated in the Statement of Work. Issuance of award shall be made on the basis of the competitive price offered by a contractor that is most advantageous to the Government, the ability to service the location of the requirement, and the capability to fulfill the requirement by date and quantities requested. C. Electronic Invoicing through Wide Area Workflow (WAWF). To meet compliance with DFARS 252.232-7003, Electronic Submission of Payment Requests, all Contractors must submit requests for payment (invoices) through WAWF. Additional information and registration for WAWF can be completed online at https://wawf.eb.mil. Payment will be made by DFAS office designated in the award. All payments will be made by electronic transfer of funds (EFT). The Government will make payment through WAWF upon satisfactory completion of work and the receipt of a proper certification for payment. D. Terms of Award. 2.0 Submission of Proposals. The Government anticipates making award without discussions, therefore, Offeror should submit their best and final offer to include all cost. The Contractor must ensure that all components of their pricing and technical proposal are included in their submission. The Government reserves the right to make an award solely on initial proposals received. Offerors bear the burden of ensuring that proposals (and any authorized amendments and samples) reach the designated office on time and should allow a reasonable time for e-mail transmissions to be completed. All pages of the proposal must reach the office before the deadline specified in this solicitation. The Contractor bears the risk of non-receipt of mailed or electronically transmitted proposals and should confirm receipt. Late or incomplete proposals will not be considered. Offerors will need to ensure that they complete and submit the following attached documents as part of their proposals. Any offer received that is not complete and does not include the attachments will be deemed as non-responsive and will not be considered for award: 1.�������� Pricing Sheet (Line Pricing and Totals) 2.�������� Response from vendor with DUNS number, Cage code, Tax ID number. Events will be held in the area of Ellicott City, MD. 21042 3.0 CMRA- Contractor Manpower Reporting The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs)operates and maintains a secure Army data collection site where the contractor will reportALL contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall verify information input by the Government andcompletely fill in all other required fields in the reporting system using the following web address: https://cmra.army.mil/. The required information includes but is not limited to:(1) Contracting Organization, Contracting Officer, Contracting Officer�s Technical Representative (COR/COTR); (2) Contract number, including task and delivery ordernumber; (3) Fiscal year covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Direct laborhours (including Subcontractors); (6) Direct labor dollars paid this reporting period(including Subcontractors); (7) Total invoiced amount (including Subcontractors); (8)Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each Subcontractor if different); (9) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for thepurposes of reporting this information; and (10) Locations where Contractor and Subcontractors perform the work (specified by zip code in the United States and nearestcity, country, when in an overseas location, using standardized nomenclature provided on website). As part of its submission, the Contractor will also provide the estimated totalcost (if any) incurred to comply with this reporting requirement. Reporting period will bathe period of performance not to exceed 12 months ending September 30 of eachGovernment fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fieldson the website. The XML direct transfer is a format for transferring files from a Contractor�s systems to the secure website without the need for separate data entries foreach required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. � 52.232?18, �������� �������Availability of Funds 52.203-19 Prohibition on Requiring Certain Internal Confidentiality JAN 2017 Agreements or Statements 52.209-6Protecting the Government's Interest When SubcontractingOCT 201 With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic NOV 2015 Corporations 52.212-4� Contract Terms and Conditions--Commercial Items� OCT 2018 52.219-4Notice of Price Evaluation Preference for HUBZone SmallOCT 2014 Business Concerns 52.219-14 52.219-6 Notice Of Total Small Business Set-AsideNOV 2011 52.219-28 Post-Award Small Business Program RerepresentationJUL 2013 52.222-3 Convict LaborJUN 2003 52.222-21Prohibition Of Segregated FacilitiesAPR 2015 52.222-26Equal Opportunity 52.222-50 Combating Trafficking in Persons �52.222-53 Exemption from Application of the Service Contract LaborStandards to Contracts for Certain Services--Requirements 52.223-18Encouraging Contractor Policies To Ban Text MessagingWhile Driving 52.232-33Payment by Electronic Funds Transfer--System for AwardManagement 52.232-40Providing Accelerated Payments to Small BusinessSubcontractors 52.233-3Protest After Awar 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000Requirements Relating to Compensation of Former DoDOfficials 252.203-7002Requirement to Inform Employees of Whistleblower RightsSEP 2013 252.204-7006Billing InstructionsOCT 2005 252.204-7012Safeguarding Covered Defense Information and CyberIncident Reporting 252.204-7015Notice of Authorized Disclosure of Information for LitigationSupport 252.225-7001Buy American And Balance Of Payments Program-- BasicDEC 2017 252.225-7048 Export-Controlled ItemsJUN 2013 252.232-7003Electronic Submission of Payment Requests and ReceivingReports 252.232-7010Levies on Contract PaymentsDEC 2006 252.244-7000Subcontracts for Commercial ItemsJUN 2013 � CLAUSES INCORPORATED BY FULL TEXT 52.211-16���� VARIATION IN QUANTITY (APR 1984) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) below. The permissible variation shall be limited to: 10 Percent increase 10 Percent decrease This increase or decrease shall apply to the total contract quantity. (End of clause) 52.212-5���� CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS�COMMERCIAL ITEMS (DEVIATION 2018-O0021) (OCT 2019) 52.252-2����� CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Acquisition.gov (End of clause) 52.252-6���� AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. The use in this solicitation or contract of any D epartment of Defense Federal Acquisition Regulation Supplement (48 CFR �Chapter 2�� ) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/006accb6daa04782b416380d5b64acfa/view)
- Place of Performance
- Address: Ellicott City, MD, USA
- Country: USA
- Country: USA
- Record
- SN05551421-F 20200206/200204230136 (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 |