SOLICITATION NOTICE
U -- Advanced Medical Training
- Notice Date
- 5/15/2023 10:49:32 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- COMMANDING GENERAL CAMP PENDLETON CA 92055-5001 USA
- ZIP Code
- 92055-5001
- Solicitation Number
- M0068123Q0024
- Response Due
- 5/31/2023 12:00:00 PM
- Archive Date
- 06/15/2023
- Point of Contact
- Chase Fullerton, Phone: 7607254205, Quintin Pollard, Phone: 7607258450
- E-Mail Address
-
chase.fullerton@usmc.mil, Quintin.Pollard@USMC.mil
(chase.fullerton@usmc.mil, Quintin.Pollard@USMC.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number M0068123Q0024 is issued as a Request for Quotation (RFQ). This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02 and Department of Defense FAR Supplement (DFARS) current to DPN 20230322. The applicable North American Industry Classification System (NAICS) code is 611519, Other Technical and TradeSchools, and the small business size standard is $21,000,000.00. � Quotes are being requested for the following: CLIN 0001: Advanced Medical Training Description: Tactical Combat Casualty Care (TCCC) in accordance with the Performance Work Statement (PWS). Wage Determination 2015-5635 will be incorporated into the resulting contract. See attached PWS for further details. Quantity: 10 Unit of Issue: Each Period of Performance (POP): TBD. The dates for a one-year POP will be established at the time of contract award. CLIN 1001: Advanced Medical Training � Option Year 1 Description: Tactical Combat Casualty Care (TCCC) in accordance with the Performance Work Statement (PWS). Wage Determination 2015-5635 will be incorporated into the resulting contract. See attached PWS for further details. Quantity: 10 Unit of Issue: Each Period of Performance (POP): TBD. The dates for a one-year POP will be established at the time of contract award. CLIN 2001: Advanced Medical Training � Option Year 2 Description: Tactical Combat Casualty Care (TCCC) in accordance with the Performance Work Statement (PWS). Wage Determination 2015-5635 will be incorporated into the resulting contract. See attached PWS for further details. Quantity: 10 Unit of Issue: Each Period of Performance (POP): TBD. The dates for a one-year POP will be established at the time of contract award. CLIN 3001: Advanced Medical Training � Option Year 3 Description: Tactical Combat Casualty Care (TCCC) in accordance with the Performance Work Statement (PWS). Wage Determination 2015-5635 will be incorporated into the resulting contract. See attached PWS for further details. Quantity: 10 Unit of Issue: Each Period of Performance (POP): TBD. The dates for a one-year POP will be established at the time of contract award. CLIN 4001: Advanced Medical Training � Option Year 4 Description: Tactical Combat Casualty Care (TCCC) in accordance with the Performance Work Statement (PWS). Wage Determination 2015-5635 will be incorporated into the resulting contract. See attached PWS for further details. Quantity: 10 Unit of Issue: Each Period of Performance (POP): TBD. The dates for a one-year POP will be established at the time of contract award. � CLIN 5001: Advanced Medical Training � Six-month Option to Extend (52.217-8) Description: Tactical Combat Casualty Care (TCCC) in accordance with the Performance Work Statement (PWS). Wage Determination 2015-5635 will be incorporated into the resulting contract. See attached PWS for further details. Quantity: 5 Unit of Issue: Each Period of Performance (POP): TBD. The dates for a six-month POP will be established at the time of contract award.� The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (Mar 2023) applies to this acquisition. Evaluation and Award: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: price, technical, and past performance. Price will be evaluated on a per training evolution basis, and total price including options. The technical evaluation will consist of verification of curriculum approval by the Medical Officer of the Marine Corps. Past Performance will be evaluated by reviewing contractors� CPARS records.� Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Dec 2022) with their quotation or offer. The clause at 52.212-2, Evaluation�Commercial Products and Commercial Services (November 2021) applies to this acquisition. (a)�The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability; (ii) Past Performance; (iii) Price (b)�Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c)�A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-2 ADDENDUM� Regional Contracting Office, Camp Pendleton, CA, is issuing Request For Quotation (RFQ) to procure Advanced Medical Training. This procurement is conducted in accordance with FAR Part 12 (Acquisition of Commercial Items) utilizing FAR Subpart 13.5 Simplified Procedures for Certain Commercial Products and Commercial Services �� BASIS FOR AWARD. Award will be on the capability of the quoter to meet or exceed the factors identified above in 52.212-2(a). The resulting award will be a Firm-Fixed Priced purchase order, all or none, to provide Advanced Medical Training.�� EVALUATION. The Government intends to make a single Firm Fixed Price award to satisfy this requirement. Award will be made on the initial evaluation of quotes received in response to this RFQ. Therefore, quoters are cautioned to ensure that initial quotes contain your best terms from a technical and price standpoint. The following factors will be used to evaluate quotes:�� 1. TECHNICAL:� Minimum specifications: Vendor must meet all certifications and requirements listed in section 3 through 6 of the attached PWS. Rating will be in accordance with: RATING�� DESCRIPTION�� ACCEPTABLE�� Quotation meets the requirements of the solicitation.�� UNACCEPTABLE�� Quotation does not meet the requirements of the solicitation.�� 2. PAST PERFORMANCE: The Government will conduct a performance risk assessment of the quoter�s record of past and current performance, as well as that of its subcontractors and team members, as it relates to the probability of successfully performing the requirements of the solicitation. The past performance evaluation will consider the quoter's demonstrated recent (within the past three years) experience on contracts of similar size, scope, and complexity, either with a Government agency or commercial entity, which demonstrate the quoter�s ability to perform the requirement. Quoters are advised that in conducting the past performance assessment, the Government may use data provided in the vendor�s quote and data obtained from other sources. The Government may contact customers identified by the vendor to obtain follow-up of Past Performance Information as needed. Past performance will be evaluated as Acceptable or Unacceptable as defined below: RATING DESCRIPTION ACCEPTABLE Based on the quoter�s performance record, the Government has a reasonable expectation that the quoter will successfully perform the required effort, or the quoter�s performance record is unknown. UNACCEPTABLE Based on the quoter�s performance record, the Government has no reasonable expectation that the quoter will be able to successfully perform the required effort. 2. PRICE: All quotes must be the Contractor�s Best Pricing. Price analysis shall be used to verify that the overall price offered is fair and reasonable.� The total evaluated price is calculated using the prices proposed for all line items.��� 3. PERIOD OF PERFORMANCE (estimated):� Base Year ������ 1 July 2023 � 30 June 2024 Option Year 1 1 July 2024 � 30 June 2025 Option Year 2 1 July 2025 � 30 June 2026 Option Year 3 1 July 2026 � 30 June 2027 Option Year 4 1 July 2027 � 30 June 2028 6 Month Option�� 1 July 2028 � 31 December 2028 The Government reserves the right to award no contract, depending on the quality of the quotes submitted and availability of funds for the requirement.� The Government intends to evaluate quotes and award a single contract without requesting or accepting revised quotes.� Therefore, the Offerors will be advised that their initial quote should contain the most favorable terms and reflect it�s best possible performance potential.� The Government does reserve the right to clarify aspects of the quotes and hold discussions.� (End of Addendum) The clause at 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services (Dec 2022) applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Mar 2023) applies to this acquisition. The following FAR clauses cited in 52.212-5 are also applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation NOV 2015 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment NOV 2021 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 52.217-8 Option to Extend Services NOV 1999 52.217-9 Option to Extend the Term of the Contract MAR 2000 52.219-6 Notice of Total Small Business Set-Aside NOV 2020 52.219-28 Post-Award Small Business Program Rerepresentation MAR 2023 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-41 Service Contract Labor Standards AUG 2018 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 Restrictions on Certain Foreign Purchases FEB 2021 52.232-33 Payment by Electronic Funds Transfer--System for Award Management OCT 2018 52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 The following FAR and DFARS clauses are also applicable to this acquisition and will be incorporated into the resulting contract: 52.204-7 System for Award Management OCT 2018 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. NOV 2021 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. NOV 2021 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services MAR 2023 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services DEC 2022 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services DEC 2022 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services MAR 2023 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022 252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting JAN 2023 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipmentor Services JAN 2023 252.204-7020 NIST SP 800-171 DoD Assessment Requirements MAR 2022 252.204-7024 Notice on the Use of the Supplier Performance Risk System MAR 2023 252.225-7000 Buy American--Balance Of Payments Program Certificate--Basic (Nov 2014) NOV 2014 252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017 252.225-7002 Qualifying Country Sources As Subcontractors MAR 2022 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area WorkFlow Payment Instructions JAN 2023 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JAN 2023 252.243-7001 Pricing of Contract Modifications DEC 1991 252.244-7000 Subcontracts for Commercial Products or Commercial Services JAN 2023 *Other mandatory clauses will be incorporated into the resulting contract to be in accordance with the latest regulations. This solicitation incorporates one or more solicitation provisions and clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: FAR Clauses: https://www.acquisition.gov/browse/index/far, DFARS Clauses: https://www.acq.osd.mil/dpap/dars/dfarspgi/current � Questions regarding this RFQ must be submitted via email to Sergeant Chase A. Fullerton at chase.fullerton@usmc.mil no later than 12:00 p.m. (PST) on 20 May 2023. To be considered for award, contractors must submit quotations to ensure they reach destination by no later than 12:00 p.m. (PST) on 31 May 2023. Quotations received after the due date and time will not be considered for award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6b67af296a88445eaed7c46b43f60f77/view)
- Place of Performance
- Address: Camp Pendleton, CA, USA
- Country: USA
- Country: USA
- Record
- SN06682289-F 20230517/230515230114 (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 |