SOLICITATION NOTICE
U -- 93rd CERFP Role Players EXEVAL
- Notice Date
- 3/5/2025 10:13:25 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- W7M4 USPFO ACTIVITY HI ARNG HONOLULU HI 96816-4495 USA
- ZIP Code
- 96816-4495
- Solicitation Number
- W912J625QA007
- Response Due
- 3/19/2025 1:00:00 PM
- Archive Date
- 04/03/2025
- Point of Contact
- Emma Newbegin, Phone: 8088446431, Warren Sabugo, Phone: 8088446421
- E-Mail Address
-
emma.a.newbegin.civ@army.mil, warren.m.sabugo.civ@army.mil
(emma.a.newbegin.civ@army.mil, warren.m.sabugo.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1.0 Synopsis: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in 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. This solicitation, W912J6-25-Q-A007 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-07 Effective September 30, 2024. This procurement is being solicited as 100% small business set aside. The designated North American Industry Classification System (NAICS) Code is 561990; All Other Support Services, with a size standard in millions of dollars: $16.5. The following commercial services are requested in this solicitation: Role Players, Moulage Support, Structural Collapse Venue Site (SCVS) Reset, Medical Support, and equipment for contracted support to provide and manage contractor role players, moulage support, structural collapse venue site (SCVS) reset, medical support, moulage, and weighted mannequins. The contractor's services will be supporting one External Evaluation (EXEVAL) that will require planning, providing, managing, and sustaining the following key supporting tasks to allow conditions for all 93rd CERFP to perform all CERFP Training and Evaluation Objectives (T&EO) requirements. Applicability supports the Joint Mission Essential Tasks (JMETs) for CERFP Command and Control (C2), Search and Extraction (S&E), Decontamination, Medical, Fatal Search and Rescue Team (FSRT), and HRF/CERFP Joint Incident Site Communications Capability (JISCC): OP 5, Provide command and control (C2); ART 6.8.4.1.2, Conduct victim and casualty search, rescue and extraction, S&E; MCT 6.4.5.7, Conduct CBRN CM decontamination, DECON; OP 7.9, Execute chemical, biological, radiological and nuclear (CBRN) response; and MCT 6.4.5.5, Conduct CBRN CM triage and stabilization. Role Players: Exercise victims (refer to Technical Exhibit 3 for specifics) Role players/live actors Role player moulage Realistic rescue mannequin as substitution during high-risk technical rescue Incident Command team (refer to Technical Exhibit 3 for specifics) Structural Collapse Venue Site (SCVS) reset Realistic structural collapse training venue resets and sustainment CBRNE hazard condition(s) Contracted EMT medical support 1.1 Eligibility for Award Offerors must have a current registration in the System for Award Management (SAM) at https://www.sam.gov as of the date of award determination to be eligible for award. Offeror must maintain a current registration in SAM for the entire duration of the contract in order to be eligible to facilitate disbursement of payments. Offeror shall ensure all representations and certifications are current in SAM as a condition of award. 1.2 Set Aside. Any awards resulting from this solicitation will be made using a cascading set-aside order of precedence as follows: In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns for a specific locality, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and opencompetition considering all offers submitted by responsible business concerns. 1.3 Electronic Invoicing through Wide Area Workflow (WAWF). To meet compliance with DFARS 252.232-7003, Electronic Submission of Payment Requests, all Contractors must submit requests for payment (invoices) through WAWF. Additional information and registration for WAWF can be completed online at https://piee.eb.mil/piee-landing/ . Payment will be made by DFAS office designated in the award. All payments will be made by electronic transfer of funds (EFT). The Government will make payment through WAWF upon satisfactory completion of work and proper invoice that permits certification for payment. 1.4 Intent to Award The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. (FAR 52.212-1(g)) Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. Quotes are due by 4:00 p.m. EST on Wednesday, 19 March, 2025. Electronic proposals must be submitted via e-mail to Emma Newbegin emma.a.newbegin.civ@army.mil. Questions regarding this solicitation may be directed to Emma Newbegin; emma.a.newbegin.civ@army.mil no later than 4:00 PM EST Tuesday, 12 March 2025. Reference solicitation number in subject line, use the solicitation and performance work statement attachments to complete your quotation. Submissions shall not exceed 10 pages, and provide the following information in the submission: Vendor Name; Vendor POC; Vendor CAGE; Vendor DUNS; Contact Ph#; Fax and/or Email; Discount Terms (if applicable); and Socio-Economic status. Facsimile proposals will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c6154edd241b423b9f887504a9ed2e1e/view)
- Place of Performance
- Address: Kapolei, HI 96707, USA
- Zip Code: 96707
- Country: USA
- Zip Code: 96707
- Record
- SN07361659-F 20250307/250307070528 (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 |