SOLICITATION NOTICE
U -- Advanced Medical Training
- Notice Date
- 8/1/2023 3:17:38 PM
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- COMMANDING GENERAL CAMP PENDLETON CA 92055-5001 USA
- ZIP Code
- 92055-5001
- Solicitation Number
- M00681-23-Q-0064
- Response Due
- 8/25/2023 12:00:00 PM
- Archive Date
- 09/09/2023
- Point of Contact
- Chase Fullerton, Phone: 7607254205, MSgt Ariel Pena, Phone: 7607253313
- E-Mail Address
-
chase.fullerton@usmc.mil, ariel.pena@usmc.mil
(chase.fullerton@usmc.mil, ariel.pena@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 M0068123Q0064 is issued as a Request for Quotation (RFQ). This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 and Department of Defense FAR Supplement (DFARS) current to DPN 20230609. This RFQ is issued as a Total Small Business Set Aside in accordance with FAR 19.502-2, Total small business set-asides. The applicable North American Industry Classification System (NAICS) code is 611519, Other Technical and Trade Schools, and the small business size standard is $21,000,000.00. The Regional Contracting Office-Marine Corps Installations West is requesting quotes for the following: CLIN 0001: Advanced Medical Training Description: 1-day Tactical Combat Casualty Care (TCCC) training in accordance with the Performance Work Statement (PWS). See attached PWS for details. Training will be conducted aboard Camp Pendleton, CA. Wage Determination 2015-5635 Revision Number 21 dated Dec 27, 2022 applies to this acquisition and will be incorporated into the resulting contract. Quantity: 10 Unit of Issue: Each Period of Performance (PoP)/Delivery Dates: 4-Sep-23, 2-Oct-23, 30-Oct-23, 5-Feb-24, 11-Mar-24, 22-Apr-24, 20-May-24, 24-Jun-24, 29-Jul-24, 26-Aug-24. CLIN 1001: Advanced Medical Training - Option Year 1 Description: 1-day Tactical Combat Casualty Care (TCCC) training in accordance with the Performance Work Statement (PWS). See attached PWS for details. Training will be conducted aboard Camp Pendleton, CA. Wage Determination 2015-5635 Revision Number 21 dated Dec 27, 2022 applies to this acquisition and will be incorporated into the resulting contract. Quantity: 10 Unit of Issue: Each Period of Performance (PoP)/ Delivery Dates: 4-Sep-24, 2-Oct-24, 30-Oct-24, 5-Feb-25, 11-Mar-25, 22-Apr-25, 20-May-25, 24-Jun-25, 29-Jul-25, 26-Aug-25. CLIN 2001: Advanced Medical Training � Option Year 2 Description: 1-day Tactical Combat Casualty Care (TCCC) training in accordance with the Performance Work Statement (PWS). See attached PWS for details. Training will be conducted aboard Camp Pendleton, CA. Wage Determination 2015-5635 Revision Number 21 dated Dec 27, 2022 applies to this acquisition and will be incorporated into the resulting contract. Quantity: 10 Unit of Issue: Each Period of Performance (PoP)/ Delivery Dates: 4-Sep-25, 2-Oct-25, 30-Oct-25, 5-Feb-26, 11-Mar-26, 22-Apr-26, 20-May-26, 24-Jun-26, 29-Jul-26, 26-Aug-26. CLIN 3001: Advanced Medical Training � Option Year 3 Description: 1-day Tactical Combat Casualty Care (TCCC) training in accordance with the Performance Work Statement (PWS). See attached PWS for details. Training will be conducted aboard Camp Pendleton, CA. Wage Determination 2015-5635 Revision Number 21 dated Dec 27, 2022 applies to this acquisition and will be incorporated into the resulting contract. Quantity: 10 Unit of Issue: Each Period of Performance (PoP) Delivery Dates: 4-Sep-26, 2-Oct-26, 30-Oct-26, 5-Feb-27, 11-Mar-27, 22-Apr-27, 20-May-27, 24-Jun-27, 29-Jul-27, 26-Aug-27. CLIN 4001: Advanced Medical Training � Option Year 4 Description: 1-day Tactical Combat Casualty Care (TCCC) training in accordance with the Performance Work Statement (PWS). See attached PWS for details. Training will be conducted aboard Camp Pendleton, CA. Wage Determination 2015-5635 Revision Number 21 dated Dec 27, 2022 applies to this acquisition and will be incorporated into the resulting contract. Quantity: 10 Unit of Issue: Each Period of Performance (PoP) Delivery Dates: 4-Sep-27, 2-Oct-27, 30-Oct-27, 5-Feb-28, 11-Mar-28, 22-Apr-28, 20-May-28, 24-Jun-28, 29-Jul-28, 26-Aug-28. CLIN 5001: Advanced Medical Training � 6-month Option Description: 1-day Tactical Combat Casualty Care (TCCC) training in accordance with the Performance Work Statement (PWS). See attached PWS for details. Training will be conducted aboard Camp Pendleton, CA. Wage Determination 2015-5635 Revision Number 21 dated Dec 27, 2022 applies to this acquisition and will be incorporated into the resulting contract. Quantity: 5 Unit of Issue: Each Period of Performance (PoP) Delivery Dates: 4-Sep-28, 2-Oct-28, 30-Oct-28, 5-Feb-29, 11-Mar-29. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (Mar 2023) applies to this acquisition. Addendum to FAR 52.212-1(b)(4). Offerors must submit an Approval letter signed by Headquarters Marine Corps Health Services TMO in accordance with Marine Corps Combat Development Command (MCCDC) Policy Letter C466 dated Jan 17, 2020. Approval letter must be signed within two years, and clearly state the Offeror�s name. The Approval letter must state the prime contractor�s name. The prime may not rely on an Approval letter addressed to its subcontractor. An Offeror�s failure to provide the required Approval letter will render them ineligible for award. Addendum to FAR 52.212-1(b)(6). Offerors must submit pricing information as follows: Unit Price, CLIN Price, and Total Price including Options. � Quotes will be evaluated and a contract will be awarded using the procedures at FAR Part 13, Simplified Acquisition Procedures., FAR 52.212-2 Evaluation�Commercial Products and Commercial Services (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 will be used to evaluate offers: Price and Technical. (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. Addendum to 52.212-2. The Government will evaluate Price and Technical in the following manner: Price. Each offeror�s price will be evaluated in terms of Unit Price, CLIN price, and Total Price including Options for consistency and accuracy. The Total Price will then be compared to other prices received in response to this solicitation, as authorized by FAR 13.106-2(b)(3), and other pricing information found during market research in order to make a Fair and Reasonable (F&R) determination. Technical. �This factor will be evaluated on an Acceptable/Not Acceptable basis. To be determined Acceptable, offerors must have an approval letter signed by Headquarters Marine Corps Health Services TMO, letter must be signed within two years, and it must clearly state the offeror�s name.. Offerors who do not submit an approval letter with their name or who submit an approval letter with a subcontractor�s name will be rated �Not Acceptable.� 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 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 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 52.219-14�Limitations on Subcontracting�OCT 2022 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: 52.202-1�Definitions�JUN 2020 52.203-3�Gratuities�APR 1984 52.203-11�Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions�SEP 2007 52.203-12�Limitation on Payments to Influence Certain Federal Transactions�JUN 2020 52.204-7�System for Award Management�OCT 2018 52.204-9�Personal Identity Verification of Contractor Personnel�JAN 2011 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 52.217-5�Evaluation of Options�JUL 1990 52.232-39�Unenforceability of Unauthorized Obligations�JUN 2013 52.237-1�Site Visit�APR 1984 52.237-2�Protection of Government Buildings, Equipment,�and Vegetation�APR 1984 52.245-1�Government Property�SEP 2021 252.201-7000�Contracting Officer's Representative�DEC 1991 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 252.204-7015�Notice of Authorized Disclosure of Information for�Litigation Support�JAN 2023 252.204-7017�Prohibition onthe Acquisition of Covered Defense�Telecommunications Equipmentor Services�Representation�MAY 2021 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 252.223-7006�Prohibition on Storage, Treatment, and Disposal of�Toxic or Hazardous Materials�SEP 2014 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 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 To be considered for award, contractors must submit quotations to ensure they reach destination by no later than 12:00 p.m. (PST) on 25 August 2023. Quotations received after the due date and time will not be considered for award. Submit quotations to chase.fullerton@usmc.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c5f3c70d7a5f4b28a60b9aff1db74e10/view)
- Place of Performance
- Address: Camp Pendleton, CA 92055, USA
- Zip Code: 92055
- Country: USA
- Zip Code: 92055
- Record
- SN06771447-F 20230803/230801230051 (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 |