SOLICITATION NOTICE
U -- Construction Craft Laborer Instructor
- Notice Date
- 5/7/2021 9:50:35 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611513
— Apprenticeship Training
- Contracting Office
- USDA FOREST SERVICE LAKEWOOD CO 80401 USA
- ZIP Code
- 80401
- Solicitation Number
- 1282A721Q0067
- Response Due
- 5/21/2021 2:00:00 PM
- Archive Date
- 06/05/2021
- Point of Contact
- Kelly Bolesky, Phone: 919-724-9830
- E-Mail Address
-
kelly.bolesky@usda.gov
(kelly.bolesky@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (i)� 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; quotations are being requested and a written solicitation will not be issued. (ii)� The solicitation number for this requirement is 1282A721Q0067 and is issued as a Request for Quotation (RFQ) under the authority of FAR 13.5. (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-03. (iv) This acquisition is set-aside exclusively for a small business concern.� The associated NAICS code is 611513. The small business size standard for NAICS code 611513 is $8.0 Million. (v)� The Schedule of Services applicable to this acquisition provides a list of contract line item numbers, items, quantities, and units of measure, including contract options.� The pricing portions of this Schedule of Services should be filled out and submitted as part of any quotation submitted in response to this combined synopsis/solicitation.� (See attachment 1 for submission requirements). (vi) This requirement is to provide a qualified Construction Craft Laborer instructor to provide technical training services at the Blackwell and Wolf Creek Civilian Conservation Center. ��The Contractor shall provide all management, supervision, labor, supplies, materials and equipment (except as otherwise specified herein); to plan, schedule and coordinate as necessary to ensure effective performance of all services as specified in the Statement of Work. (SOW).� (See attachment 1 for a detailed description of requirements). �(vii)� �These services will be provided on-site at the Blackwell Job Corps Center (Laona,WI) and Wolf Creek Job Corps Center (Glide, OR) listed in the SOW, as indicated in the order issued for each requirement.� Performance of the work requirements under this contract is expected to begin on June 28, 2021 � June 27, 2022, with four (4) 12-month option periods. (viii)� The provision at 52.212-1, Instructions to Offerors�Commercial, applies to this acquisition. �(See solicitation Attachment 1 for additional information and required quotation submittals). (ix)� The provision at 52.212-2, Evaluation�Commercial Items, applies to this acquisition. The following is the specific evaluation criteria to be included � Technical Capability:� Key Personnel/Substitute resumes Completed Questionnaire 2,� � � � Past Performance: Evaluation of this criterion will include but may not be limited to:� past performance information provided by each Offeror�s professional references, and any other past performance information available to the Contracting Officer. 3.� � � � �Price (x)� Offerors must electronically complete FAR provision 52.212-3, Offeror Representations and Certifications�Commercial Items, at www.SAM.gov before submitting the quote.� Offer must confirm in the Offeror Questionnaire �that offeror has electronically completed the provision FAR 52.212-3, the annual representations and certifications, at www.SAM.gov.� The complete provision can be found at https://www.acquisition.gov/far/loadmainre.html. (xi)� The clause at 52.212-4, Contract Terms and Conditions�Commercial Items, applies to this acquisition. The following addendum to the clause will be included in any contract awarded for this requirement: �In accordance with FAR 12.302, the following paragraphs of this clause have been tailored, all other paragraphs remain unchanged: ���������� (c) ��������� Changes (tailored). Changes in the terms and conditions of this contract may be made only by written agreement of the parties.� NOTE:� The Government has sole discretion to exercise contract options on a unilateral basis in accordance with clauses 52.217-8 and 52.217-9.� �� (xii)� The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition.� The following additional FAR clauses cited in the clause are applicable to the acquisition:� 52.203-6, 52.204-10, 52.204-15, 52.209-6, 52.209-9, 52.209-10, 52.216-22, 52.216-27, 52.219-4, 52.219-8, 52.219-9, 52.219-28, 52.222-3, 52.222-17, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222.37, 52.222-40, 52.222-54, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.232-39, 52.222-41, 52.222-42, 52.222-43,52.222-17, 52.227-14. (xiii)� The following additional contract requirements and terms and conditions apply to this acquisition: -- FAR 52.204-9 ������������ Personal Identity Verification of Contractor Personnel (Jan 2011) -- FAR 52.217-8 ������������ Option to Extend Services; Fill-in: 30 calendar days prior to the contract expiration date. -- FAR 52.217-9 ������������ Option to Extend the Term of the Contract (Mar 2000);Fill-in:� 30 calendar days prior to expiration date; at least 60 days before the contract expires.��������������������������� �� �������������������������������������������� � -- FAR 52.228-5 ������������ Insurance � Work on a Government Installation (Jan 1997) -- AGAR 452.224-70 ���� Confidentiality of Information (Feb 1988) -- AGAR 452.228-71 ���� Insurance Coverage (Nov 1996) -- AGAR 452.237-74 ���� Key Personnel (Feb 1988)Fill in: Contract Manager -- AGAR 452.237-75 ���� Restrictions Against Disclosure (Feb 1988) --Special Clauses: ��������� Reporting Alleged Child Abuse (xiv)� Quotes must be delivered by May 21, 2021 at 5:00pm est via email to Kelly Bolesky at Kelly.bolesky@usda.gov (xv)� All correspondence regarding this solicitation must be sent via email to: Kelly.bolesky@usda.gov All quotes must comply with the submission requirements stated in Attachment 1, or they may not be included in the evaluations or considered for award.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/81ed1bde5b8442aaa6f16bc6423a3029/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05995167-F 20210509/210507230113 (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 |