Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2025 SAM #8472
SOLICITATION NOTICE

U -- Role Players

Notice Date
2/4/2025 6:46:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-25-R-0028
 
Response Due
2/7/2025 9:00:00 AM
 
Archive Date
02/08/2025
 
Point of Contact
Colleen Paglio, Angelica M. Merino
 
E-Mail Address
colleen.m.paglio.civ@army.mil, angelica.m.merino.civ@army.mil
(colleen.m.paglio.civ@army.mil, angelica.m.merino.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
----------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Questions and Answers from 03 February 2025 1. In the PWS, the POP is listed as 9-20 March 2025. Para 2.1 states there will be 3 phases: Coordination, Scenario Rehearsal, and Scenario Execution. But para 2.1.1 states that the coordination date will be on 19 March 2025. -Can the government confirm that exact days of each of these 3 phases? -And also, are all role players required to be present for the Coordination/Synch days/phase? -And also the total days each role player will be required to be on site? Answer: The Role Players just need to be available starting for training on the 9th. The coordination and scenario rehearsal will take place during the POP. 2. Regarding para 2.3 Tasks, can the government confirm if the role players will be performing as the interrogators conducting interrogations? Or will they be the subjects of the interrogations? Answer: They will be the subjects. That is a typo, it should be performing as interrogatees being interrogated. 3. Are the role players required to have an active DoD security clearance? If so, at what level? Answer: This is in the PWS and the DD254. All must have a secret clearance. 4. If the role players are required to have a clearance, can the government confirm that the awardee will be required to have the commensurate Dod corporate facility clearance? Answer: Yes, this is a FAR requirement and a security requirement. 5. Will the government require a separate role player coordinator/site lead to be present? Or can this role be performed by one of the 14 role players? Answer: It can be performed by one of the Role Players. 6. Will the role players all require a separate means of transportation to get to exercise venues? Or will they all be working at one location of general area? Answer: It will be the responsibility of the Role Player to get to the training area. There is only one training area. 7. Will the role players be required to have special clothing? ie. U.S. or foreign military uniforms, or foreign national clothing? Answer: No 8. Will the government consider adding/providing a travel plug that all bidders would use for covering travel, lodging, per diem, etc for role players and coordinator? This would create a level playing field for all bidders and would better ensure the highest quality intelligence role players from around the country for the government, by taking the travel costs out of the award competition. Answer: The contractor shall provide the costs estimated to meet the PWS in the way they view best meets the technical requirement. If that means a contractor needs to submit for travel then they should submit for travel. 9. Is the Government sponsoring the initial Secret FCL per the DD254 in the attachments or is it assumed that the Contractor will have a pre established Secret FCL prior to submission of their proposal? Answer: No, the contract shall have pre established Secret FCL prior to submission of proposals. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ I) INTRODUCTION This is a combined synopsis/solicitation for commercial products or commercial services 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. The United States Army Contracting Command � New Jersey (ACC-NJ) has issued Solicitation W15QKN-25-R-0028 as an invitation for a Request for Quotation (RFQ), in support of the Military Intelligence Readiness Command (MIRC), to procure multiple Role Players to participate in a Government training exercise at Camp Atterbury, IN, in accordance with the Performance Work Statement (PWS) (Attachment 0001), Quality Assurance Plan (QASP) (Attachment 0002), Exhibit A, Contract Data Requirements List (CDRL) (Attachment 0003) and DD254 (Attachment 0004). The number of Role Players required and the period of performance is as follows: 14 Role players at Camp Atterbury, IN: 09 March 2025- 20 March 2025 This action is a Small-business Set-Aside solicited under North American Industry Classification System (NAICS) code 541990 � All Other Professional, Scientific, and technical Services; Size Standard $19.5M. In accordance with FAR 52.212-2, the Government intends to make an award to the Contractor who submits the Lowest Price Technically Acceptable (LPTA) quote and deemed responsive and responsible by the Contracting Officer. Offeror shall meet the requirements as specified in this Solicitation and the attached PWS. The anticipated award will be a Firm-Fixed Price contract. The Contracting Officer reserves the right to make no award under this Solicitation. Note: An Offeror that is receiving an award resulting from this solicitation shall be registered in the System for Award Management (SAM) prior to contract award (no later than 18 February 2025). To register, Offerors may log onto: sam.gov. II) INSTRUCTIONS TO OFFERORS (FAR 52.212-1 applies to this acquisition) Any/all questions shall be submitted via email to both the Contract Specialist at colleen.m.paglio.civ@army.mil and the Contracting Officer at angelica.m.merino.civ@army.mil no later than 10AM Eastern Standard Time on 6 February 2025. All quotes shall be submitted via email to both the Contract Specialist at colleen.m.paglio.civ@army.mil and the Contracting Officer at angelica.m.merino.civ@army.mil no later than 12PM Eastern Standard Time on 7 February 2025. Offeror quotes shall include the following information: Technical: Offerors shall submit the following three items: A completed quote using the provided Quote Template (Attachment 0005) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications � Commercial Products and Commercial Services DD254 (Attachment 0004): Complete Blocks 6(a), 6(b), and 6(c). Also, if applicable, complete blocks 7(a), 7(b), and 7(c). Price: Offerors shall submit pricing for Contract Line Item Number (CLIN) 0001 on the Quote Template (Attachment 0005). In the event there is a difference in price between the total of CLIN 0001 and the Total Proposed Price, the total of CLIN 0001 will be considered the Total Proposed Price used for evaluation. It is the Government�s intent to award without discussions. III) EVALUATION (FAR 52.212-2) The Government intends to award a single contract to an Offeror whose quote is determined to be the lowest priced technically acceptable based on the following evaluation factors: Technical � Technical capability will be evaluated to determine the likelihood that the Government�s requirements in the PWS can be achieved. Price � Price will be evaluated to determine if the Offerors� proposed price is fair, reasonable, and balanced using price analysis techniques in accordance with the guidelines in FAR 15.404-1(b). All non-priced factors will be evaluated on an �Acceptable� or �Unacceptable� basis. An Offeror must receive an �Acceptable� rating for all non-price factors to be considered for award. Technical Acceptable/Unacceptable Ratings Acceptable Quote clearly meets the minimum requirements of the solicitation. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for an 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. V) CONTRACT PROVISIONS/CLAUSES This Solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2025-03/ FAR 52.212-4 � Contract Terms and Conditions-Commercial Products and commercial Services, and FAR 52.212-5 � Contract Terms and Conditions Required to Implement Statuses or Executive Orders � Commercial Products and Commercial Services apply to this acquisition. See Attachment 0005 for the list of applicable Provisions/Clauses VI) ATTACHMENTS: Attachment 0001: PWS, dated 23 January 2025 Attachment 0002: QASP, dated 23 January 2025 Attachment 0003: Exhibit A CDRL Attachment 0004: DD254 Attachment 0005: Quote Template Attachment 0006: Provisions/Clauses
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5b73fc31db984bb2a7163bae92024a49/view)
 
Place of Performance
Address: Camp Atterbury, IN, USA
Country: USA
 
Record
SN07331934-F 20250206/250204230030 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.