SOLICITATION NOTICE
U -- COMBINED SYNOPSIS SOLICITATION W9127Q-20-R-0017 RCTA BASIC AND ADVANCED CVI
- Notice Date
- 9/8/2020 3:17:56 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- W7NH USPFO ACTIVITY MS ARNG FLOWOOD MS 39232-8861 USA
- ZIP Code
- 39232-8861
- Solicitation Number
- W9127Q20R0017
- Response Due
- 9/17/2020 2:00:00 PM
- Archive Date
- 10/02/2020
- Point of Contact
- Christopher A. Sabine, Phone: 6013131700, Lisa D Anguizola
- E-Mail Address
-
christopher.a.sabine.civ@mail.mil, lisa.d.anguizola.civ@mail.mil
(christopher.a.sabine.civ@mail.mil, lisa.d.anguizola.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- W9127Q-20-R-0017; AMENDMENT 0002 is isued to extend the proposal due date to 17 September. 2020�@ 4:00 p.m. local (CST).� No other changes are made at this time to this Combine Synopsis/Solicitation W9127Q-20-R-0017, AMENDMENT #0001 is attached This Amendment changes the proposal due date to 09 September. 2020 to 4:00 p.m. local (CST) COMBINED SYNOPSIS/SOLICITATION FOR�TECHNICAL INSTRUCTIONAL SERVICES FOR�BASIC COMMERCIAL VEHICLE INTERDICTION AND ADVANCED COMMERCIAL VEHICLE RCTA (MERIDIAN, MISSISSIPPI) This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, W9127Q-20-R-0017, is being issued as a Request for Proposals (RFP) using Contracting by Negotiations procedures from FAR Part 15. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2020-08, Effective 14 July 2020, and the Defense Federal Acquisition Regulations (DFARS) updated 20200324, Effective 31 May 2019. The provisions and clauses incorporated into this solicitation are attached separately on Attachment 1 Full Text Provisions and Clauses. This procurement is being issued as a Total Small Business Set-Aside. The North American Industrial Classification System Code is 611699 with a standard size of $12,000,000.00. The Government contemplates an award of a Firm Fixed Price contract for one (1) base year and two (2) twelve month options resulting from this solicitation. Contractor shall provide Technical Instructional Services for a Basic Commercial Vehicle Interdiction and Advanced Commercial Vehicle Interdiction in accordance with the Performance Work Statement (PWS) and Contract Line Items and quantities as follows: CLIN 0001, Technical Instructional Services, Basic Commercial Vehicle Interdiction, Base Period (Period of Performance (PoP) 25�September 2020 through 24�September�2021), Quantity/Unit of Issue: 6 each Firm Fixed Price (FFP) CLIN 0002, Technical Instructional Services, Advanced Commercial Vehicle Interdiction, Base Period (Period of Performance (PoP) 25�September 2020 through 24 September 2021), Quantity/Unit of Issue: 2 each Firm Fixed Price (FFP) CLIN 0003, Contracting Manpower Reporting for services provided for the Base Year May be Not Separately Priced (NSP) or Firm Fixed Price (FFP) CLIN 1001, Technical Instructional Services, Basic Commercial Vehicle Interdiction, Option Year One (1) (Period of Performance 25�September 2021- 24�September�2022), Quantity/Unit of Issue: 9�each Firm Fixed Price (FFP) CLIN 1002, Technical Instructional Services, Advanced Commercial Vehicle Interdiction, Option Year One (1) (Period of Performance 25�September 2021- 24�September�2022), Quantity/Unit of Issue: 2 each Firm Fixed Price (FFP) CLIN 1003, Contracting Manpower Reporting for services provided during Option Year One (1) May be Not Separately Priced (NSP) or Firm Fixed Price (FFP) CLIN 2001, Technical Instructional Services, Basic Commercial Vehicle Interdiction, Option Year Two (2) (Period of Performance 25�September 2022- 24�September�2023), Quantity/Unit of Issue: 9�each Firm Fixed Price (FFP) CLIN 2002, Technical Instructional Services, Advanced Commercial Vehicle Interdiction, Option Year Two (2) (25�September 2022- 24�September�2023), Quantity/Unit of Issue: 2 each Firm Fixed Price (FFP) CLIN 2003, Contracting Manpower Reporting for services provided for Option Year Two (2) May be Not Separately Priced (NSP) or Firm Fixed Price (FFP) Proposal prices for CLINs 0001, 0002, 1001, 1002, 2001, and 2002 shall be firm fixed price (FFP) and inclusive of all labor, materials, travel, supervision, and associated services required to perform the training described within the Performance Work Statement (PWS). CLINs 0003, 1003, and 2003 may be priced, or contractor may indicate ""Not Separately Priced (NSP)"" on the proposal for these CLINs. The Service Contract Act applies to this acquisition. Reference Attachment 4 Service Contract Wage Determination 2015-5170, Revision No. 13 for the wage determination that is applicable to this acquisition. All proposals shall reference RFP number W9127Q-20-R-0017. The contractor shall refer to Attachment #2 ""Proposal Submission Requirements"" for a description of the past performance and technical document submissions that are required with the proposal package. The contractor shall also refer to Attachment #5-Evaluation Criteria for the evaluation criteria that will be used to evaluate and rate each submitted proposal. It is the Government�s intention to award without discussions. Proposals are due at 4:00 p.m. local (CST) time on 07�Sept.�2020 at the USPFO for Mississippi, Purchasing and Contracting (P&C) Division, ATTN: Chris Sabine, 144 Military Drive, Flowood, MS 39232. Mailed proposals shall be sent using a trackable delivery method. Electronic proposals may be submitted via e-mail to Chris Sabine, christopher.a.sabine.civ@mail.mil, and Lisa Anguizola, lisa.d.anguizola.civ@mail.mil . Facsimile proposals will not be accepted. Regardless of how proposals are sent, the contractor is responsible for following up to ensure that they are received in the USPFO P&C Office by the due date/time. Proposals must include a statement that pricing is valid for at least 90 days after proposal date. Questions may be submitted in writing (email) to the e-mail addresses identified for receipt of proposals. Questions can be submitted no later than 4:00 p.m., 02�Sept.�2020 (5 days prior to close date/time). The contractor shall submit two (2) hard copies and one (1) electronic copy of its proposal. Attachments: Attachment 1- Solicitation Provision and Clauses Attachment 2- Proposal Submission Requirements Attachment 3a- Past Performance Questionnaire Cover Letter RCTA CVI Attachment 3b- Past Performance Questionnaire RCTA CVI Attachment 4- Service Contract Act Wage Determination 2015-5170, Revision No. 13 Attachment 5- Evaluation Criteria
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cc46759249e4452e8f0ee94938c1449c/view)
- Place of Performance
- Address: Meridian, MS 39309, USA
- Zip Code: 39309
- Country: USA
- Zip Code: 39309
- Record
- SN05789570-F 20200910/200908230152 (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 |