The RFP Database
New business relationships start here

115 FW Optimization of Human Weapon System (OHWS) Service


Wisconsin, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

(i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued.

(ii) Solicitation W912J2-19-Q-6037 is issued as a Request for Quotation (RFQ).


(iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03, effective 12 July 2019, and Defense Acquisition Circular DPN 20190628, effective 28 June 2019.


(iv) This RFQ is solicited as total small business set-aside. The anticipated NAICS code for this effort is 621340 with a Small Business Size Standard of $7.5M.


(v) The Wisconsin Air National Guard is seeking the following item:


CLIN 0001: Optimization of the Human Weapon System (OHWS) service Base Period
CLIN 0002: Optimization of the Human Weapon System (OHWS) service Option Period 1
CLIN 0003: Contractor Manpower Reporting


(vi) Description of requirement:


The 115th Fighter Wing has a requirement to provide preventative (pre-habilitative) physical therapy and athletic training services in or around Madison, WI, in accordance with the attached draft Performance Work Statements (PWS) for the program "Optimizing the Human Weapon System (OHWS)." The program is designed to give fighter pilots the tools and access to professional strength and conditioning coaches, physical therapist and athletic trainers, to prevent future injury and increase quality of life.


(vii) Delivery schedule will be in accordance with the PWS period of performance for the base and option periods. The delivery and acceptance shall be 3110 Mitchell St, Madison, WI 53704. Shipping shall be FOB Destination. If all items are not immediately available, split shipments are required in order to receive these items as soon as possible.


(viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.


(ix) The Government intends to award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation provides the best value to the government. Offerrors proposals will be evaluated on technical capability, price and past performance.


A firm fixed price contract is anticipated.


Quotes shall be submitted in two separate parts


Part I -Technical and Past Performance


Technical Capability:
The offer shall provide supporting documentation to demonstrate the following:


1. Key Personnel - Resumes of the key personnel such as the Business Owner or Project Manager, Lead Physical Therapist and Athletic trainer shall be provided. The resumes should detail each key personnel's experience performing similar functions as required by the Performance Work Statement both with the company and outside of the company. The resumes should also state the number of years of experience working with military pilots, collegiate/professional athletes, Special Forces personnel, or with programs similar to optimizing the human weapon systems program or those specifically designed to deal with neck and back issues similar to those experienced by fighter aircrew.
2. Project Management and Manning Plan - The offeror shall provide a written description of how work is to be performed to include a description of the type(s) of discipline(s) or profession(s) to be employed and the minimum credentials and experience each employee must possess. The offeror shall also include a description of any special technical training that will be provided to new or existing employees to ensure they are adequately prepared to provide services under the contract. The plan shall also detail what services are to be provided by the prime contractor and any subcontractors. The quote shall be evaluated to determine the extent to which the proposed approach is workable and the end results achievable. The quote shall be evaluated to determine the level of confidence provided the Government with respect to the offeror's methods and approach in successfully meeting and/or exceeding the requirements in a timely manner.
3. Project Equipment and Supplies Plan - The quote shall provide a detailed description of the equipment and supplies provided by the Contractor needed to perform all services as described in the Performance Work Statement. This is equipment other than that being provided by the Government as outlined in the PWS.
4. Understanding of Required Work and Reporting Requirements - The offeror shall provide in their quote sufficient information to demonstrate their clear understanding of all requirements involved in providing the optimizing the human weapons system services as well as the reports that must be supplied to the Government (see Technical Exhibit 2 in the PWS). Quotes will be evaluated to determine the extent to which the offeror demonstrates their clear understanding of these requirements.


Past Performance:
The offeror shall provide two references which shall be for recent work performed and shall be relevant to the complexity, size, and scope of the solicitation requirements.
For references, offerors shall list:
1. Name/address of organization contract was with contract or project number/title
2. Period of performance of contract
3. Brief description of contract/project scope and dollar value
4. Point of contact information for reference (name/title/phone number/e-mail address)


Part II - Pricing


Pricing: Provide pricing for services to be performed in accordance with the Performance Work Statement (PWS) requirements based on work week of Monday through Thursday and one Saturday a month on Regularly Scheduled Drill (RSD) weekends. Pricing shall be provided for both the "Reduced-rate" and "Full-time" contract schedule listed in Technical Exhibit 4 of the Performance Work Statement. Proposal pricing shall be for services performed on a monthly basis for each schedule listed in Technical Exhibit 4.


(See attached Combined Synopsis Solicitation document for proper formatted pricing tables)


Base Period FY 19


Service Description Monthly Rate Proposal
Reduced Rate Contract Schedule
Full-Time Contract Schedule


Option Year 1 (12-Month Option Year)
Service Description Monthly Rate Proposal
Reduced Rate Contract Schedule
Full-Time Contract Schedule



(x) The offeror's quote shall include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, or be currently registered in the SAM website with Representations and Certifications completed.


(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.


(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii.


(xiii) The following additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition:


In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving
Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow
(WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF.


The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at http://farsite.hill.af.mil.


52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-1 Instructions to Offerors - Commercial Items (CD 2018-O0018)
52.212-2 Evaluation - Commercial Items
52.212-3 Offeror Representations and Certifications -- Commercial Items
52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items
52.212-4 Contract Terms and Conditions-Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (CD 2018-O0021)
52.217-5 Evaluation of Options
52.217-8 Option to Extend Services
52.219-6 Notice of Total Small Business Set-Aside (CD 2019-O0003)
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-41 Service Contract Labor Standards
*52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-50 Combating Trafficking in Persons
52.222-55 Minimum Wages Under Executive Order 13658
52.222-62 Paid Sick Leave Under Executive Order 13706
52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving
52.224-3 Privacy Training
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7004 DoD Antiterrorism Awareness Training for Contractors
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.211-7007 Reporting of Government-Furnished Property
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea - Alternate I


*See attached Wage Determination Rates


(xiv) DPAS Rating does not apply to this acquisition.


(xv) Instructions to Offerors:
1. Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received.
2. Quotes must include the Offeror's CAGE Code or DUNS Number.
3. Quotes must be valid until September 30, 2019.
4. All contractors shall be registered in the System for Award Management (SAM) at the time an offer or quote is submitted to the government. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM.


(xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered.


Dave W. Mattila, Contract Specialist, Phone 608-245-4788, Email usaf.wi.115-fw.mbx.fw-contracting@mail.mil - Scott E. Homner, Contract Specialist, Phone 608-245-4757, Email usaf.wi.115-fw.mbx.fw-contracting@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP