SOLICITATION NOTICE
R -- CP-32 Certificate Training Program (CTP) Accreditation
- Notice Date
- 2/17/2021 8:15:47 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- W6QM MICC-FDO FT EUSTIS FORT EUSTIS VA 23604-5538 USA
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0-21-Q-0003
- Response Due
- 3/4/2021 11:00:00 AM
- Archive Date
- 03/19/2021
- Point of Contact
- Sean Bryan, Phone: 7575018190, Christina Crawley, Phone: 7575018122
- E-Mail Address
-
william.s.bryan6.civ@mail.mil, christina.m.crawley.civ@mail.mil
(william.s.bryan6.civ@mail.mil, christina.m.crawley.civ@mail.mil)
- Description
- Combined Synopsis/Solicitation For Program Surveillance and Accreditation of Army CP-32 Office - Training, Capability and Doctrine Warfighting Developers This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in (FAR Part 12) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are requested and a written solicitation will not be issued.� The Mission and Installation Contracting Command (MICC) � Fort Eustis, VA intends to procure, review, and maintain the accreditation of the Army CP-32 Certificate Training Program (CTP) through the American National Standards Institute (ANSI)/ANSI National Accreditation Board (ANAB). Solicitation number W911S021Q0003 is issued as a Request for Quotation (RFQ).� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07-2.� This is a sole source requirement to ANSI/ANAB, the authorized accrediting board; an approved Limited Sources Justification is offered with this notice as Attachment 4. The NAICS Code is 541611, Administrative Management and General Management Consulting Services, with a small business size standard of $6.5M. The Product Service Code is R420, Support- Professional: Certifications and Accreditations (Other Than Educational Institutions or Info Tech C&A). The period of performance is one base year from 15 April 2021 through 14 April 2022 with four options years from 15 April 2022 through 14 April 2026. Delivery and acceptance will be at Fort Eustis, VA. Federal Acquisition Regulation provisions 52.212?1, Instructions to Offerors?Commercial (DEVIATION 2018?O0018) (JUN 2020), and 52.212-2, Evaluation - Commercial Items (OCT 2014) apply to this acquisition.� See Attachment 3, Addendums to 52.212-1 and 52.212-2 (1-11-21). The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2020) ALTERNATE I (OCT 2014), applies to this acquisition. Offerors shall include a completed copy at the time of submission as well as a completed copy of FAR Provisions 52.204-24 (AUG 2020) and 52.204-26 (AUG 2020). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), applies to this acquisition. � The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Nov 2020), applies to this acquisition. The following FAR clauses cited within paragraph (b) of the clause are applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020); 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020)); 52.219-28 Post-Award Small Business Representation (MAY 2020); 52.222-3 Convict Labor (JUN 2020); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2020); 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities (APR 2015); 52.222-26 Equal Opportunity (SEP 2016); 52.222-36 Equal Employment for Workers with Disabilities (JUN 2020); 52.222-50 Combating Trafficking in Persons(JAN 2019); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020); 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008); 52.232-33 Payment by Electronic Funds Transfer (OCT 2018); and 52.233-3, Protest After Award. The following clauses and provisions apply to this acquisition: 52.204-7, System for Award Management (OCT 2018); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020); 52.204-13, System for Award Management Maintenance (OCT 2018); 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016); 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016); 52.204-22, Alternative Line Item Proposal (JAN 2017); 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020); 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (NOV 2015); 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016); 52.217-5, Evaluation of Options; 52.217-6, Option for Increased Quantity; 52.217-9, Option to Extend the Term of the Contract; 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.243-1, Changes�Fixed Price; 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form); 52.252-1, Solicitation Provisions Incorporated By Reference (FEB 1998); 52.252-2, Clauses Incorporated By Reference (FEB 1998); 52.252-3, Alterations in Solicitation (APR 1984); 52.252-5, Authorized Deviations in Provisions (APR 1984); 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2013); 252.204-7003, Control Of Government Personnel Work Product (APR 1992); 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls (OCT 2016); 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019); 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016); 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019); 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation (DEC 2019); 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (DEC 2019); 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements; 252.204-20, NIST SP 800-171 DoD Assessment Requirements;252.225-7974 (Dev), Representation Regarding Business Operations with the Maduro Regime (DEVIATION 2020-O0005) (FEB 2020); 252-232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEVIATION 2018-AO001)(DEC 2017); 252.232-7006, Wide Area Work Flow Payment Instructions (DEVIATION 2018-AO001)(DEC 2017); 252.232-7010, Levies on Contract Payments (DEC 2006); 252.243-7001, Pricing of Contract Modifications ; and 252.244-7000, Subcontracts For Commercial Items (JUN 2013). 252.232-7998 Supplier Self-Service Pilot (Deviation 2018-A0001) (DEC 2017) (1) This solicitation has been selected for possible inclusion in a pilot to test an alternate approach to electronic invoicing.� Participation in this pilot is voluntary. The vendor portal, Supplier Self-Services (SUS), allows Contractors to use pre-populated contract data to enter their invoices directly into a web-based user-interface for General Fund Enterprise Business System (GFEBS) in lieu of entering the data into Wide Area Workflow (WAWF) and having it interface the data to GFEBS. A feature of the Supplier Self Service system is that it requires that all invoices match the official accounting record in GFEBS and prevents submission of the invoice if the invoice does not match the accounting record or if the contract is not recorded in GFEBS. This ensures payments are not delayed by disconnects between the invoice data and the accounting record. Access to the web-based user interface vendor portal will be via WAWF log on, which will route the user to GFEBS based on the assigned Pay Office to perform invoicing. (2) Offerors shall indicate in the offer whether they want to be considered for participation in the pilot. This indication is not an evaluation factor for award. Each award resulting from a solicitation containing this provision shall, if the successful offeror has indicated the desire to be included in the pilot, be randomly assigned to either the pilot group of contracts that will be invoiced in SUS or a control group of contracts that will be assigned using WAWF IRAPT procedures. (End of provision) Quotes shall be good for 60 calendar days from the date of submission. All questions must be submitted to William S. Bryan at william.s.bryan6.civ@mail.mil, and Christina Crawley at christina.m.crawley.civ@mail.mil no later than 24 FEBRUARY 2021 at 10:00 am EST. Offers are due no later than 4 MARCH 2021, 2:00 pm EST. All responsible sources meeting the set-aside requirement may submit an offer, which will be considered by the agency. In accordance with 52.212-1, Instructions to Offerors, paragraph (f), quotes received after the established closing date and time will be viewed as late, and therefore not considered. Offers shall be submitted via email by the date and time identified in this paragraph to William S. Bryan at william.s.bryan6.civ@mail.mil, and Christina Crawley at christina.m.crawley.civ@mail.mil.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f3f4f1b241c6453584ed43c18f52cdb2/view)
- Place of Performance
- Address: Fort Eustis, VA 23604, USA
- Zip Code: 23604
- Country: USA
- Zip Code: 23604
- Record
- SN05918783-F 20210219/210217230107 (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 |