SOLICITATION NOTICE
U -- CERFP Role Players
- Notice Date
- 3/3/2022 1:43:15 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- W7MY USPFO ACTIVITY CO ARNG AURORA CO 80011-9551 USA
- ZIP Code
- 80011-9551
- Solicitation Number
- W912LC-22-Q-0026A
- Response Due
- 3/16/2022 5:00:00 AM
- Archive Date
- 03/31/2022
- Point of Contact
- Michael Furtney, Phone: 7202504038, James S. Rawlings, Phone: 7202504034
- E-Mail Address
-
michael.b.furtney.civ@army.mil, james.s.rawlings.civ@army.mil
(michael.b.furtney.civ@army.mil, james.s.rawlings.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- CERFP Role Players Michael Furtney Contract Specialist USPFO, Colorado (720) 250-4038 michael.b.furtney.civ@army.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6 and supplemented with additional information included in this notice. �This solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Cu0ircular 2022-04. �Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. �The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at Acquisition.GOV at www.acquisition.gov. �This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. � The solicitation W912LC-22-Q-0026A is issued as a request for quotation. �The Colorado Army National Guard will be awarding a Firm-Fixed Price Contract for Real World Medical Services and Role Players. This procurement is 100% set-aside for Small Business� NAICS Code 611519, $16.5M Solicitation Closes: Wednesday, 16 Mar 2022 at 6:00am (Mountain Time Zone) All quotes must be received electronically by email to michael.b.furtney.civ@army.mil by the closing date and time. �All questions must be emailed to the email address listed above. � Award Information: �All responsible quotes received by the closing date and time will be considered for award. Responsible quotes will be formatted to match solicitation contract line item numbers (CLINS).� To be eligible for award for this solicitation, the offeror must be registered in the System for Award Management (SAM) at (www.sam.gov) at time of contract award. �The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the government in accordance with FAR Part 13.106-2 Evaluation of Quotes. STATEMENT OF WORK (SOW) For 8th CO CERFP Role Players with Moulage and Real World Medical Svcs 1.�� �The contractor shall provide all required personnel, equipment, tools, materials, supervision, and quality control necessary to perform. Provide 20 role players with moulage for the dates listed below.� 2.�� �Service Contract Act:� The service contract act applies to this contract. �The following Department of Labor (DOL) Wage Determinations are applicable to this contract and are located in attachment J. �This determination supersedes previous wage determination versions: WD 2015-5419 (Rev.-19) Dated: �12/27/2021 The North American Industry Classification System (NAICS) code assigned is 611519 and the Product Service Code is U099. 3.�� �Period of Performance 08-10 April 2022 13-15 May 2022 4.�� �Place of Performance Buckley Space Force Base, 18500 E 6th Ave, Aurora, CO 80011 5.�� �Requirements The following services are required: A.�� �08-10 April 2022: ��� �20 role players with moulage each day from 08-10 April 2022. 10:00am-4:00pm (Mountain). No required role player sex orientation, ethnicity, age, or disabilities. o�� �Role players must be ready no later than 10:00am daily ��� �Life support for support staff and role players. CERFP will provide rest tents, tables, chairs, and heating or cooling appropriate for the weather for the Role Players. Vendor is required to provide meals, water, clothing, and towels for role players. ��� �Moulage Makeup Artist. o�� �Both trauma and burn moulage is required ��� �Scenarios and number of scenarios for role players� o�� �The scenarios will be determined in discussions once the contract is awarded. The CERFP will determine the scenarios and relay this to the contractor. Scenarios will relate to either a Rad/Nuc, or Chemical attack ��� �1 Contract Manager, 1 Onsite Manager (Can be the same person) ��� �Role players must be able to get on to Buckley Space Force Base.� o�� �Contractor will need to supply the names and copies of driver licenses of the Role Players at least two business days prior to the training event. CERFP will coordinate with Buckley Space Force Base (BSFB) to get them access on base. ��� �Incident command is not required (Incident commander nor staff) B.�� �13-15 May 2022 ��� �20 role players with moulage each day from 08-10 April 2022. 10:00am-4:00pm (Mountain). No required role player sex orientation, ethnicity, age, or disabilities. o�� �Role players must be ready no later than 10:00am daily ��� �Life support for support staff and role players. CERFP will provide rest tents, tables, chairs, and heating or cooling appropriate for the weather for the Role Players. Vendor is required to provide meals, water, clothing, and towels for role players. ��� �Moulage Makeup Artist. o�� �Both trauma and burn moulage is required ��� �Scenarios and number of scenarios for role players� o�� �The scenarios will be determined in discussions once the contract is awarded. The CERFP will determine the scenarios and relay this to the contractor. Scenarios will relate to either a Rad/Nuc, or Chemical attack ��� �1 Contract Manager, 1 Onsite Manager (Can be the same person) ��� �Role players must be able to get on to Buckley Space Force Base.� o�� �Contractor will need to supply the names and copies of driver licenses of the Role Players prior at least two business days prior to the training event. CERFP will coordinate with BSFB to get them access on base. ��� �Incident command is not required (Incident commander nor staff) C.�� �Emergency Medical Support for all Soldiers and civilians partaking in the training event will be provided by the Buckley Space Force Base Emergency Medical Support Services. All medical treatment expenses will be billed to the Individual�s perspective insurance and COARNG will not be liable for any expenses incurred for medical services rendered. D.�� �Total personnel onsite at any given time will be between 200 and 400 Soldiers, civilians and trainers. E.�� �Conduct an After Action Review (AAR) with the command prior to the close of the training. F.�� �On-site Locations: The Venue is located at the Fire Training Facility located on Buckley Space Force Base and accessible by hard-packed and concrete roads which shall support the transport of equipment and personnel.� ��� �Government will provide a strip map once contract has been awarded� ��� �Parking is available for support staff and role players� within 1/4 mile from the Fire Training Facility on BSFB G.�� �The overall training site is open and contains several structures to simulate collapsed buildings, debris fields and similar; in addition, there are training lanes, staging areas, equipment lay-down areas, and parking lots. ��� �SCVS and forklift are not required H.�� �For contractors that do not require a CAC, but require access to a DoD facility or installation: Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), and applicable installation, facility and area commander installation/facility access, and local security policies and procedures (provided by a Government representative). � The following FAR clauses are applicable to this acquisition: 52.203-19�� �Prohibition on Contracting with Entities that Require Certain Internal Confidentiality agreements or Statements 52.204-7�� ��� �Central Contractor Registration 52.204-10�� ��� �Reporting Executive Compensation and First-Tier Subcontract Awards� 52.204-13�� ��� �System for Award Management Maintenance� 52.204-14�� ��� �Service Contact Reporting Requirements� 52.204-16�� ��� �Commercial and Government Entity Code Reporting 52.204-18�� ��� �Commercial and Government Entity Code Maintenance 52.204-19�� ��� �Incorporation by Reference of Representations and Certifications 52.204-23�� �Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24�� �Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 �� �Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26�� �Covered Telecommunications Equipment or Services-Representations 52.209-6�� �Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (>35K) 52.209-10�� �Prohibition on Contracting with Inverted Domestic Corporations 52.209-11�� �Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1�� ��� �Instructions to Offerors-Commercial Products and Commercial Services 52.212-3 ALT 1�� �Offeror Representations and Certifications -- Commercial Products and Commercial Services 52.212-4�� �Contract Terms and Conditions -- Commercial Products and Commercial Services 52.212-5�� �Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services� 52.219-6�� �Notice of Small Business Set-Aside� 52.219-14�� ��� �Limitations on Subcontracting (Deviation 2021-O0019) 52.219-28�� �Post-Award Small Business Program Re-representation 52.222-3 �� ��� �Convict Labor� 52.222-19�� �Child labor-Cooperation with Authorities and Remedies (DEVIATION 2020-O0019)� 52.222-21 �� ��� �Prohibition of Segregated Facilities� 52.222-26�� ��� �Equal Opportunity� 52.222-36�� � �� �Affirmative Action for Workers with Disabilities� 52.222-41�� ��� �Service Contract Act of 1965 52.222-42�� ��� �Statement of Equivalent Rates for Federal Hires� 52.222-50 �� ��� �Combating Trafficking in Persons 52.222-55�� ��� �Minimum Wages Under Executive Order 14026 52.222-62�� ��� �Paid Sick Leave Under Executive Order 13706 52.223-5�� ��� �Pollution Prevention and Right-to-Know Information 52.223-18�� ��� �Contractor Policy to Ban Text Messaging While Driving 52.225-13�� ��� �Restrictions on Certain Foreign Purchases 52.232-33�� ��� �Payment by Electronic Funds Transfer-System of Award Management 52.232-39�� ��� �Unenforceability of Unauthorized Obligations 52.232-40�� ��� �Providing Accelerated Payments to Small Business Subcontractors 52.233-3�� ��� �Protest After Award 52.233-4�� ��� �Applicable Law for Breach of Contract Claim 52.237-2 �� ��� �Protection of Government Buildings, Equipment, and Vegetation 52.252-2�� �Clauses incorporated by reference www.aquisition.gov� 52.252-6�� ��� �Authorized Deviations in Clauses� The following DFAR clauses are applicable to this acquisition: 252.201-7000�� ��� �Contracting Officer�s Representative (If COR is required) 252.203-7000�� ��� �Requirements Relating to Compensation of Former DoD Officials 252.203-7002�� ��� �Requirement to Inform Employees of Whistleblower Rights. 252.203-7005�� ��� �Representation Relating to Compensation of Former DOD Officials 252.204-7012�� ��� �Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015�� ��� �Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016�� �Covered Defense Telecommunications Equipment or Services-Representation�� � 252.204-7017�� �Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation 252.204-7018�� �Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation 252.211-7003�� ��� �Item Unique identification Valuation� 252.225-7048�� ��� �Export-Controlled Items 252.232-7003�� ��� �Electronic Submission of Payments and Receiving Reports. 252.232-7006�� ��� �Wide Area Workflow Payment Instructions� 252.232-7010�� ��� �Levies on Contract Payments 252.232-7017�� �Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Considerations 252.237-7010�� ��� �Prohibition on Interrogation of Detainees by Contractor Personnel 252-244-7000�� �Subcontracts for Commercial Items �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9189030b5a064855be89986e24e2eb4d/view)
- Place of Performance
- Address: Aurora, CO 80011, USA
- Zip Code: 80011
- Country: USA
- Zip Code: 80011
- Record
- SN06256314-F 20220305/220303230108 (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 |