SOLICITATION NOTICE
W -- Camp Perry Golf Cart Lease Services 28 June - 16 Aug FY21
- Notice Date
- 5/18/2021 12:47:13 PM
- Notice Type
- Solicitation
- NAICS
- 532284
— Recreational Goods Rental
- Contracting Office
- W7NU USPFO ACTIVITY OH ARNG COLUMBUS OH 43235-2712 USA
- ZIP Code
- 43235-2712
- Solicitation Number
- W91364-21-Q-0053
- Response Due
- 6/19/2021 7:00:00 AM
- Archive Date
- 07/04/2021
- Point of Contact
- Matthew Keen, Phone: 6143367348
- E-Mail Address
-
matthew.s.keen.civ@mail.mil
(matthew.s.keen.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The OHARNG has a need for the lease of 21 Golf Carts for an event at Camp Perry. Please see the below PWS and attached documents for further information. If you have any question please direct them to matthew.s.keen.civ@mail.mil.� PERFORMANCE WORK STATEMENT (PWS) FOR National Matches Golf Cart Rental 1.0 General: 1.1 Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to supply Golf Cart, as defined in this PWS. 1.2 Background: This acquisition is for golf cart type vehicles rental in the Port Clinton (Camp Perry), Ohio area. 1.3 Period of Performance (PoP): Delivery (drop off) date June 28, 2021. Return (pick up) date August 16, 2021. 1.4 General Information: 1.4.1 Quality Control (QC): Government 1.4.2 Quality Assurance (QA): Government 1.4.3 Recognized Holidays: Reserved 1.4.4 Place and Performance of Services: Port Clinton (Camp Perry), Ohio 1.4.5 Security Requirements. Reserved 1.4.6 Physical Security. The contractor shall safeguard all Government property during delivery and pick up. 1.4.7 Special Qualifications: Reserved. 1.4.8 Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the KO in accordance with FAR Subpart 42.5. The KO, COR and other Government personnel, as appropriate, may meet periodically with the contractor to review the contactor�s performance. At these meetings, the KO will apprise the contractor of how the Government views the contractor�s performance and the contractor shall apprise the Government of problems, if any, being experienced. The contractor shall resolve outstanding issues raised by the Government. Contractor attendance at these meetings shall be at no additional cost to the Government. 1.4.9 Contract Manager (CM): The contactor shall designate a CM who shall ensure performance under this contract. The name of this person, and an alternate who shall act for the contractor when the CM is absent, shall be designated in writing to the KO. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to weekly operations of this contract. �The CM shall work through the KO to resolve issues, receive technical instructions, and ensure adequate performance of services.� The CM shall ensure that contractor employees do not perform any services outside the scope of the contract without an official modification issued by the KO.� The CM shall ensure contractor employees understand that services performed outside the scope of the contract are performed wholly at the expense of the contractor. 1.4.10 Identification of Contractor Employees: Reserved 1.4.11. Combating Trafficking in Persons: The United States Government has adopted a zero tolerance policy regarding trafficking in persons. Contractors and contractor employees shall not engage in severe forms of trafficking in persons during the period of performance of the contract; procure commercial sex acts during the period of performance of the contract; or use forced labor in the performance of the contract. The Contractor shall notify its employees of the United States Government�s zero tolerance policy, the actions that will be taken against employees for violations of this policy. The contractor shall take appropriate action, up to and including termination, against employees or subcontractors that violate the US Government policy as described at FAR 22.17. 1.4.12 Contractor Travel Reserved 1.4.13 Data Rights Reserved 1.4.14 Organizational Conflicts of Interest (OCI): The contractor and subcontractor personnel performing services under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent OCIs, as defined in FAR Subpart 9.5. The contractor shall notify the KO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the KO to avoid or mitigate any such OCI. The contractor�s mitigation plan will be determined to be acceptable solely at the discretion of the KO. In the event the KO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the KO may impose other remedies as he or she deems necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.4.15 Phase In / Phase Out Periods Reserved 2.0 Definitions and Acronyms: 2.1 Definitions: 2.1.1 Contractor: A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2 Contracting Officer (KO): A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3 Contracting Officer Representative (COR): An employee of the U.S. Government designated by the KO to monitor contractor performance. Such appointment will be in writing and will state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4 Defective Service: A loss or damaged equipment that does not meet the standard of performance associated with the PWS. 2.1.5 Deliverable: Reserved 2.1.6 Key Personnel: Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7 Physical Security: Actions that prevent the loss or damage of Government property. 2.1.8 Quality Assurance: The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9 Quality Assurance Surveillance Plan (QASP): An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10 Quality Control: All necessary measures taken by the Contractor to ensure that the quality of an end product or service shall meet contract requirements. 2.1.11 Subcontractor: One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.2 Acronyms: AEI��������������������� Army Enterprise Infostructure AR���������������������� Army Regulation AT/OPSEC���������� Antiterrorism/Operational Security BI����������������������� Background Investigation CM��������������������� Contract Manager CMRA����������������� Contractor Manpower Reporting Application COR������������������� Contracting Officer Representative DA���������������������� Department of the Army DD254���������������� Department of Defense Contract Security Classification Specification DFARS���������������� Defense Federal Acquisition Regulation Supplement DoD�������������������� Department of Defense FAR�������������������� Federal Acquisition Regulation GFP/M/E/S���������� Government Furnished Property/Material/Equipment/Services HQDA����������������� Headquarters, Department of the Army HSPD������������������ Homeland Security Presidential Directive IA����������������������� Information Assurance IS����������������������� Information System(s) KO���������������������� Contracting Officer NGB������������������� National Guard Bureau OCI��������������������� Organizational Conflict of Interest PII���������������������� Personally Identifiable Information PIPO������������������� Phase In/Phase Out POC������������������� Point of Contact PRS�������������������� Performance Requirements Summary PWS������������������� Performance Work Statement QA���������������������� Quality Assurance QASP����������������� Quality Assurance Surveillance Plan QC���������������������� Quality Control QCP������������������� Quality Control Program SSN�������������������� Social Security Number TE���������������������� Technical Exhibit� USD(I)���������������� Under Secretary of Defense for Intelligence 3.0 Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): The Government will provide the property, material, equipment, and/or services listed below solely for the purpose of performance under this contract: 3.1 Property: Reserved 3.2 Materials: Reserved 3.3 Equipment: Reserved 3.4 Services: Reserved 3.5 Utilities: Reserved 4.0 Contractor Furnished Property, Materials, and Equipment (CFP/M/E): 4.1 General: Except for those items specifically stated to be Government-Furnished in Paragraph 3.0, the contractor shall furnish everything required to perform these services as indicated in Paragraph 1.1. 5.0 Requirements: The contractor will provide: Quantity and style of Golf Carts 14 each � RST 4 passenger (rear seat) golf carts 5 each � Box-T 2 passenger with cargo box golf carts 6 each � Pass-T 6 passenger golf carts Golf Carts will meet the following specifications: � Gas Powered (gasoline engine) � Sun Canopy Top � Fold Down Windshield � Headlights � Taillights SET-UP AND DELIVERY: All golf carts ordered are to be delivered no later than June 28, 2021. Delivery is to include on-site set up at Camp Perry. Deliveries are to be scheduled with Camp Perry. Deliveries can be schedule Monday through Friday during the hours of 8:00 A.M. until 4:00 P.M local (Port Clinton, OH) time (Point of Contact � CW4 Kyle Gettys 419-565-5977). All golf carts ordered are to picked up August 16, 2021. Pick up will be scheduled with Camp Perry. Delivered to/pick up from Camp Perry Joint Training Center, 1000 Lawrence Rd, Building 3300, Port Clinton, OH 43452 Repairs: Vendor will provide same day diagnosis and repair or provide a similar substitute golf cart the next day. 5.1 Location: Port Clinton (Camp Perry), OH 5.2: Incidentals: Contractor is responsible for damages of government property delivering or picking up golf carts. 5.3: Pickup of Items: The OHARNG will not be charged for additional rental fees if the contractor does not pick up the golf carts on the contracted pick up date. 5.4: Return of Items: Reserved. 5.5: Quality Control: Contractor will make sure all golf carts delivered are good working order and all safety features intact and functional 5.6: Billing: Contractor is responsible for submitting all invoices to Government via Wide Area Workflow for payment. 6.0 Contractor Manpower Reporting Application (CMRA): 6.0.1 The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the National Guard Bureau via a secure data collection site. 6.0.2 The contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/.� Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30.� While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2020. Contractors may direct questions to the help desk at http://www.ecmra.mil. 7.0 Applicable Publications: Publications applicable to this PWS are listed below: Publication (Chapter/Page) Date of Publication Website Federal Acquisition Regulation https://www.acquisition.gov/?q=browsefar or http://farsite.hill.af.mil/ Defense Federal Acquisition Regulation Supplement http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html or http://farsite.hill.af.mil/ DoDM 1000.13-M-V1 DoD Identification (ID) Cards (Enclosure 2, paragraph 3.b) 01/23/2014 http://www.esd.whs.mil/Directives/issuances/dodm/ Federal Information Processing Standards� (FIPS) Publication 201-2 Personal Identity Verification (PIV) of Federal Employees and Contractors (paragraph 9) August 2013 http://nvlpubs.nist.gov/nistpubs/FIPS/NIST.FIPS.201-2.pdf DoDM 5200.2 Regulation 5200.02 Procedures for the DoD Personnel Security Program (PSP)�� 04/03/2017 http://www.dtic.mil/whs/directives/corres/pub1.html Army Directive 2014-05 Policy and Implementation Procedures for Common Access Card Credentialing and Installation Access for Uncleared Contractors 03/07/2014 http://www.apd.army.mil/ProductMaps/PubForm/ArmyDir.aspx AR 190-13 The Army Physical Security Program 02/25/2011 http://www.apd.army.mil/ProductMaps/PubForm/AR.aspx Homeland Security Presidential Directive (HSPD)-12 Policy for a Common Identification Standard for Federal Employees and Contractors 08/27/2004 https://www.dhs.gov/homeland-security-presidential-directive-12 DoDD 5400.11 Department of Defense Privacy Program 10/29/2014 http://www.dtic.mil/whs/directives/corres/dir.html# DoD 5400.11-R �Department of Defense Privacy Program 05/14/2007 http://www.dtic.mil/whs/directives/corres/pub1.html DoDD 8140.01 �Cyberspace Workforce Management 08/11/2015 http://www.dtic.mil/whs/directives/corres/dir.html DoD 8570.01-M Information Assurance Workforce Improvement Program� 12/19/2005 (Change 4: 11/10/2015) http://www.dtic.mil/whs/directives/corres/pub1.html AR 25-2 �Information Assurance 10/24/2007 http://armypubs.army.mil/ProductMaps/PubForm/AR.aspx AR 530-1 Operations Security 09/26/2014 http://armypubs.army.mil/ProductMaps/PubForm/AR.aspx DoD 5220.22-M National Industrial Security Program Operating Manual 02/28/2006 (Change 2: 05/18/2016) http://www.dtic.mil/whs/directives/corres/pub1.html AR 381-12 �Threat Awareness and Reporting Program (TARP) (Section II, � 2-4.b) 06/01/2016 http://armypubs.army.mil/ProductMaps/PubForm/AR.aspx The Ohio Army National Guard (OHARNG) is committed to environmental stewardship at all of our facilities and within our communities as a whole. To view our Environmental Policy Statement, visit our website at http://ong.ohio.gov/. Energy consumption has a significant impact on mission sustainability. You can assist the OHARNG in accomplishing our mission, to respond with ready units when called, by implementing sound recycling practices. For more information contact the OHARNG Environmental Office at 614-336-7394. All contractor employees, to include subcontractor employees, requiring access to controlled access National Guard installations, and facilities shall complete AT Level I awareness training. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the Contracting Officer�s Representative (COR). AT Level 1 awareness training is available at the following website: https://atlevel1.dtic.mil/at. All contractor employees, to include subcontractor employees, requiring access to controlled access National Guard installations, and facilities shall complete OPSEC Awareness training. The course provides information on the basic need to protect unclassified information about operations and personal information to ensure safe and successful operations and personal safety. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the Contracting Officer�s Representative (COR). If this project has no COR, submit the certificates of completion to the Contracting Officer (KO). OPSEC Level 1 awareness training is available at http://cdsetrain.dtic.mil/opsec/index.htm
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5c557d92a2594b85b9589cf455f53c45/view)
- Place of Performance
- Address: Port Clinton, OH 43452, USA
- Zip Code: 43452
- Country: USA
- Zip Code: 43452
- Record
- SN06005462-F 20210520/210518230115 (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 |