Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2021 SAM #7091
SOLICITATION NOTICE

R -- Emergency Response Exercise Subject Matter Expert

Notice Date
4/29/2021 7:47:32 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
W7NF USPFO ACTIVITY MI ARNG LANSING MI 48906-2934 USA
 
ZIP Code
48906-2934
 
Solicitation Number
W912JB-21-Q-0029
 
Response Due
5/28/2021 9:30:00 AM
 
Archive Date
07/31/2021
 
Point of Contact
Bonnie Reineer, Phone: 5174817844, Olayemi O. Olatunji, Phone: 517-481-7842
 
E-Mail Address
bonnie.l.reineer.civ@mail.mil, olayemi.o.olatunji.mil@mail.mil
(bonnie.l.reineer.civ@mail.mil, olayemi.o.olatunji.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation number:� W912JB-21-Q-0029 Request For Quote (RFQ) Title:��������������������������� Planning and Execution Exercise Subject Matter Expert Restriction:���������������� 100% Small Business NAICS:������������������������ 541990 All Other Professional, Scientific and Technical Services Size Standard:�� ��������� $16.5 million Issue date:� � � � � � � � � 29 April��2021 Closing date:� � � � � � � �28 May 2021 � 12:30 p.m. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, FAR 13 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation being requested. A written solicitation will not be issued.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-03.� IAW FAR 52.204-7, the prospective awardee must have an active registration in www.sam.gov at the time of award. Vendors are encouraged to verify that their registration is active prior to submitting a quote. If the prospective awardee is not active in SAM data base at the time of award, the prospective awardee will be allowed 10 calendar days to become registered and active in SAM. The award will proceed to the next otherwise successful registered and active offeror if the prospective offeror does not become registered and active by the 10 calendar day deadline. REQUIREMENT�� ����������������������������������� �������������������������������������������������������� ����������� This is a firm fixed price requirement in support of Chemical, Biological, Radiological and Nuclear (CBRN) Response Enterprise Exercises (CRE). These services will include a subject matter expert support to the exercises as Higher Command Control, Tactical Level Response Control, role players, and developers of supporting products in terms of local, state and federal agencies. Attachment A � Performance Work Statement Highlights Paragraph 1.4.1 Place and Performance of Services The period of performance will tentatively begin 1 July 2021 through 12 February 2022 (7 months). Performance shall be at Lansing, Michigan and Battle Creek/Augusta, Michigan.� Wage Determinations of Labor Categories are attached for the counties where the place of performance occurs.� Paragraph 5.0. �Requirements Service Contract Act is applicable to the requirements of the service performed. ����������� Paragraph 1.4.7 Special Qualifications Personnel shall have 2 years experience with the most updated National Response Framework, Incident Command System, current federal and state emergency management and response processes as well as the DOD and Defense Support to Civil Authorities policies, functions and procedures.� Personnel shall also have 4 years experience with other emergency processes as detailed in 1.4.7.3 � 1.4.7.9. ��������������� ����������������������������������������������� Paragraph 1.4.12 Travel Contractor personnel shall attend in-person meetings listed in Technical Exhibit 3 in conjunction with paragraph 1.4.1. Travel expenses shall be at the expense of the contractor and will not be reimbursed by the government. QUOTATION PREPARATION INSTRUCTIONS Refer to clause 52.212-1 Instructions to Offerors on Attachment B Applicable Clauses for further instructions.� An SF1449 is not required in accordance with FAR 12.603(b). The written quote shall be submitted on a PDF document to address the RFQ factors. Contact/Company Information Company name, point-of-contact, address, e-mail, and telephone number CAGE code and DUNS number Federal Identification Number The contracting officer is not responsible for locating or obtaining any information not identified in the quote. Capacity and Capability Offerors must include information that adequately demonstrates their quote meets the salient characteristics requirement in the PWS of this solicitation.� A general statement of compliance or restatement of the salient characteristics is insufficient.� Information should be readily available to the Contracting Officer; the Contracting Officer is not responsible for locating or obtaining any information not identified in the quote and literature.� Contact your local PTAC office at the Small Business Administration for assistance in creating a capability statement. � Pricing Price quotes must be firm-fixed priced. Prices should be as low or lower than those charge to your most favored customers, including any discounts for prompt payment. Prices must be valid for 60 days. FOB destination.� Attachments 52.204-24 and 52.204-26 The attached clauses need to be filled in with the representation and at the bottom fill in the company information in accordance with regulation for representation of telecommunication usage. The Government may not consider quotes that fail to include all of the information requested in this solicitation. EVALUATION The government intends to award to the responsible company(s) whose quote, conforming to the solicitation, is most advantageous to the government based on price and other factors that provide the best value. Best value will be determined by evaluating each quote for price, past performance, and capability to meet the requirements. Capability will be rated as acceptable or unacceptable. All evaluation factors are approximately equal. The government may award to other than the lowest price quote. The perceived benefits of higher capabilities of a higher priced quote may merit the additional cost.� Negative or adverse action in FAPIIS or SPRS in the last three years may render your quote unacceptable. Award may be made without discussion. Therefore, offeror must provide complete information in the package for the government to determine the best value. The government reserves the right to require minor clarifications. However, the government may award without requesting clarification or holding discussions. SOLICITATION AMENDMENTS It is the vendor�s responsibility to monitor this site for any amendments.� The government is not responsible for any attachments that are rejected by the cyber security due to corruption or virus extensions.�� It is the offeror�s responsibility to contact the POC to verify the quote is received PRIOR to the date and time set for the due date of RFQ. Late Quotes may not be eligible for award. Quote submission must be completed by the date and time indicated. If Amendments to the solicitation are issued, all Offerors must acknowledge the Amendments by signing the accompanying Standard Form 30 and returning the signed Standard Form 30 for all Amendments issued with the Offeror�s quote submission. Failure to acknowledge all Amendments issued by the Government may result in the quote submitted in response to the solicitation being found non-responsive by the Government. ERRORS, OMISSIONS, OR AMBIGUITIES If an Offeror believes the solicitation, including the Performance Work Statement, contains an error, omission, or ambiguity, or is otherwise unsound, the Offeror shall immediately notify the Contract Administrator and Contracting Officer in writing with supporting rationale prior to the date set for the closing for receipt of quotes. SUBMIT QUESTIONS & QUOTES Questions due:� 10 May��2021, 12:30 pm Eastern Standard Time (EST) Questions must be submitted via email to bonnie.l.reineer.civ@mail.mil.� Questions will not be answered via telephone. �Answers to questions will be provided to all prospective Offerors, giving due regard to the proper protection of the proprietary information. In order to receive responses to questions, Offerors shall cite, at a minimum, the section, paragraph, number, and page number. The Government will not address any hypothetical questions aimed toward receiving a potential �evaluation decision� from the Government. Quotes due:� � � 28��May 2021 � 12:30 p.m. Eastern Standard Time (EST) � Offerors are encouraged to ensure initial proposal is their best and final. The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification or holding discussions. INVOICING Invoice terms are Net 30 days. Invoices must be for services performed. Invoices will not be accepted for billing future services during the period of performance. Inspection and acceptance will be at Lansing, Michigan.� Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil).� Quantity for services is 8 which corresponds to the number of invoices to be submitted once per month for the time of performance
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/75009b3e78954765b731b6e24931d3c7/view)
 
Place of Performance
Address: Lansing, MI 48906, USA
Zip Code: 48906
Country: USA
 
Record
SN05987064-F 20210501/210429230123 (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.