SOLICITATION NOTICE
G -- Child Care for Iowa Army National Guard Yellow Ribbon Events_Amendment 001
- Notice Date
- 4/22/2020 12:12:48 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 624410
— Child Day Care Services
- Contracting Office
- W7M8 USPFO ACTIVITY IA ARNG JOHNSTON IA 50131-1824 USA
- ZIP Code
- 50131-1824
- Solicitation Number
- W912LP-20-Q-4011
- Response Due
- 5/1/2020 9:00:00 AM
- Archive Date
- 05/16/2020
- Point of Contact
- Megan Kaszinski, Phone: 5152524498, Tracy C. Miller, Phone: 5152524616
- E-Mail Address
-
megan.r.kaszinski.mil@mail.mil, tracy.c.miller11.mil@mail.mil
(megan.r.kaszinski.mil@mail.mil, tracy.c.miller11.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Iowa Army National Guard Child Care for Yellow Ribbon Events This is a combined synopsis/solicitation for commercial services 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, W912LP-20-Q-4011, is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05, effective 30 Mar 2020. This procurement is 100% small business set aside. The NAICS code is 624410 and the small business size standard is $8.0 million. Basis for award is Price. The following commercial services are requested in this solicitation: Contractor shall provide childcare in accordance with Attachment #1, Performance Work Statement (PWS). Period of Performance: 13 June � 16 August 2020, plus two event dates to be determined. Contract line item numbers (CLINS) and quantities are as follows: CLIN 0001: Child Care for 13 June 2020 Event, Quantity/Unit of Issue: 40 Job CLIN 0002: Child Care for 28 June 2020 Event, Quantity/Unit of Issue: 25 Job CLIN 0003: Child Care for 15 August 2020 Event, Quantity/Unit of Issue: 15 Job CLIN 0004: Child Care for 16 August 2020 Event, Quantity/Unit of Issue: 20 Job CLIN 0005: Child Care for date TBD Event, Quantity/Unit of Issue: 5 Job CLIN 0006: Child Care for date TBD Event, Quantity/Unit of Issue: 20 Job *Quantity is the estimated number of children per event *Job=each Prices shall be firm fixed price (FFP) and inclusive of applicable fees to perform the services. The following provisions are incorporated into this solicitation by reference: FAR 52.212-1 (DEV), Instructions to Offerors � Commercial Items DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls The following clauses are incorporated into this solicitation by reference: FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.212-4, Contract Terms and Conditions � Commercial Items FAR 52.219-6 (DEV), Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 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, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment #2. Contractor shall complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials The following clauses are incorporated by full text. The full text is found in Attachment #2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Service Contract Labor Standards (formerly Service Contract Act) 2015-4979, Revision 10, revised 12/23/19, 2015-4995, Revision 12, revised 12/23/19, and 2015-5007, Revision 10, revised 12/23/19 apply to this acquisition. Submission Requirements: The contractor shall complete and submit Attachment #3, Contractor Information and Pricing Schedule as their official quotation. If the contractor submits a separate quote, Attachment #3 shall still be completed and submitted with it. Questions regarding this solicitation may be submitted to Mrs. Megan Kaszinski, Contract Specialist to the email address provided below. Questions shall be submitted no later than 11:00 a.m. local (central) time on 23 April 2020. Questions and Answers (Q&A) will be consolidated and posted to Contracting Opportunities on a non-attribution basis. The final Q&A will be posted no later than 3:00 p.m. on 27 April 2020.� Proposals are due by 11:00 a.m. local (central) time on 1 May 2020. Electronic proposals are preferred, and may be submitted via email to Mrs. Megan Kaszinski, megan.r.kaszinski.mil@mail.mil. Hard copy proposals may be mailed to USPFO for Iowa, Purchasing and Contracting (P&C), Camp Dodge, ATTN: Mrs. Megan Kaszinski, 7105 NW 70th Avenue, Bldg 3475, Johnston, Iowa, 50131-1824, using a trackable delivery method. Facsimile proposals will not be accepted. Regardless of how proposals are sent, the contractor is responsible for ensuring that they are received in the USPFO P&C Office by the due date/time.� Attachments: #1 � Performance Work Statement (PWS)_Amendment 0001 #2 � Full Text Provisions and Clauses #3 � Contractor Information and Pricing Schedule #4 � Wage Determinations 2015-4979 #5 � Wage Determinations 2015-4995 #6 � Wage Determinations 2015-5007
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7002cd18d16442fcbfb9ae0fba1b20d0/view)
- Place of Performance
- Address: Johnston, IA 50131, USA
- Zip Code: 50131
- Country: USA
- Zip Code: 50131
- Record
- SN05631949-F 20200424/200422230133 (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 |