Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2025 SAM #8537
SOLICITATION NOTICE

U -- ICD 705/SSM Physical Security Training

Notice Date
4/9/2025 11:52:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA860125Q0055
 
Response Due
4/29/2025 9:00:00 AM
 
Archive Date
04/29/2025
 
Point of Contact
Curtis Thomas, Candice Snow
 
E-Mail Address
curtis.thomas.4@us.af.mil, candice.snow@us.af.mil
(curtis.thomas.4@us.af.mil, candice.snow@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Instructions to Offerors � Solicitation FA8601-25-Q-0055 Department/Ind. Agency: Dept. of Defense Sub?tier: Dept. of The Air Force Major Command: AFMC Sub Command: Air Force Life Cycle Management Center Office: FA8601AFLCMC PZIO Contract Opportunity Type: Combined Synopsis/Solicitation Product Service Code: U099 NAICS Code: 611430 Place of Performance: Wright Patterson AFB, OH 45433 USA Description: This combined synopsis/solicitation is expected to result in the award of a firm?fixed?price contract for Intelligence Community Directive (ICD) 705 and Site Security Management (SSM) trainings at Wright Patterson Air Force Base as described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2024?04, effective 1 May 2024; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20240425, effective 25 April 2024; and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) Air Force Acquisition Circular (AFAC) 2023?0707, effective 7 July 2023. This announcement constitutes the only combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the lowest price technically acceptable (LPTA) Offeror who submits a proposal that: Conforms to the requirements of the combined synopsis/solicitation. Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. Receives a rating of �Acceptable� on the Technical Capability evaluation factor. *Please include the total quoted price in the submission email or on a cover page of the quote. The combined synopsis/solicitation number for this requirement is FA8601?25?Q?0055 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Products and Commercial Services, FAR Part 13, Simplified Acquisition Procedures and FAR Subpart 19.5, Small Business Total Set-Asides, Partial Set-Asides and Reserves. The associated North American Industrial Classification System (NAICS) code is 611430 with a small business size standard of 15 million employees. This acquisition is set-aside 100% for Small Businesses and only qualified offers may submit quotes. NAICS Code: 611430 - Professional and Management Development Training Acceptable means of Submission: All submissions must be submitted electronically to both of the following email addresses, curtis.thomas.4@us.af.mil and candice.snow@us.af.mil by 12:00 PM Eastern Daylight Time on Tuesday, 29 April 2025. Any correspondence sent via email must contain the subject line �FA8601?25?Q?0055, ICD 705 and SSM Training.� The entire proposal must be contained in a single email, unless otherwise approved, including attachments. Please note: due to the email server, any emails that exceed 5 megabytes might not go through. Emails with compressed files are not permitted. Note that email filters at Wright?Patterson Air Force Base are designed to filter emails without subject lines or with suspicious subject lines or content (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the e?mail may not get through the email filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright?Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments. A confirmation email will be sent once the proposal is received. If you do not receive a confirmation email within 24 hours of submitting the proposal, please reach out to the point of contacts listed on the solicitation. Submittal of proposals in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website https://www.acquisition.gov. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received. Period of Performance: August 2025 � September 2028 Delivery Destination: Identified in Performance Work Statement (PWS) Delivery Type: FOB Destination (As defined in FAR 2.101�Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Requirement: ICD 705 and SSM training in accordance with (IAW) the Performance Work Statement (Attachment 1). Contract Type: The anticipated award is Firm?Fixed Price. Type of Competition: 100% Small Business Set-Aside Basis for Award: The Government will award a contract resulting from this RFQ to the responsible Offeror whose offer conforms to the requirements outlined in PWS (Attachment 1) and is most advantageous to the Government, lowest evaluated price of proposals meeting or exceeding the acceptability standards and other factors considered. Technical or Quality: The proposal will be evaluated to the extent to which it can meet and/or exceed the Government�s requirements as outlined in the solicitation and based on the information requested in the instructions to offerors section of the solicitation. Price: The Government will evaluate the price by adding the total of all line?item prices, including all options. The proposals may be in any format but MUST include: Proposing company�s name, address, SAM Unique ID, Cage Code, and TIN. Point of contact�s name, phone, and email. Proposal number & date. Timeframe that the proposal is valid. Individual item price. Total price (Net 30), No Progress Payments. Shipping (FOB Destination). Completed copy of representations and certifications (Attachment 2) See Performance Work Statement (Attachment 1) for additional quote requirements. Important Notice to Contractors: Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Performance Work Statement (Attachment 1). Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232?7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow � Receipt and Acceptance (WAWF � RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. ADDITIONAL INSTRUCTIONS TO OFFERORS: The following paragraphs in the provision at FAR 52.212?1?Instructions to Offerors?Commercial Items are tailored as follows: North American Industry Classification System (NAICS) code and small business size standard are as specified in the solicitation document. Submission of offers is as prescribed in the text of this combined synopsis/solicitation. Quote Content: The proposals may be in any format, but shall consist of two separate parts, a technical proposal and a price proposal. Quote Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. Technical Proposal: Describe how the offeror will provide for the requirement as described in the PWS (Attachment 1). Attachments: Performance Work Statement_Amendment 0001 Wage Determination Q and A Round 1 Offeror Reps and Certs Solicitation FA860125Q0055_Amendment 0001 Memo for 2019-009 Interim FAR Rule
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ea093b8f69504bcfab657ac181b1846d/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN07402510-F 20250411/250409230054 (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.