The RFP Database
New business relationships start here

Chip and ISP Forensics Training


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

This is a COMBINED SYNOPSIS/SOLICITATION for the Chip and ISP Forensics Training for U.S. Marine Corps Forces, Special Operations Command (MARSOC). The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92257-19-Q-0006. All responsible sources may submit a quote which shall be considered by the agency.
The Government intends to award one (1) contract as a result of this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-98 (effective 01 May 2018) and the DFARS Publication Notice (DPN) 20181031 edition (effective 31 Oct 2018). The Product Service Code (PSC) for this requirement is U099. The associated North American Industrial Classification System (NAICS) code for this requirement is 611699.
TYPE OF CONTRACT. The Government intends to award a single Firm Fixed Price (FFP) type contract as a result of this solicitation.
The Government reserves the right and may award based solely on information contained in the quote and is not obligated to seek completion or clarification of any or all of the evaluation factors if the original quote is unclear.
The contract shall be awarded on an all or none basis, please do not submit partial quotes.
All quotes submitted shall be the Contractor's Best Quote as it is the Government's intent to entertain one (1) final quote only; this includes any discounts on volume.
Quoters must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets ALL of the solicitation requirements.
Quotes must be received no later than 08:30 AM Eastern Standard Time (EST) on 19 Nov 2017. Quotes received after this time frame shall not be considered for award. The prospective Quoter must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The Quoter agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes.
Quoters must provide the following information in their quote: DUNS #, CAGE CODE #, and TIN #
For email quotes, the Government office designated for receipt of the quote is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(c), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government's control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 3MB. Vendors are specifically warned that email may be subjected to spam filters or attachment stripping.
All transmissions must clearly state the solicitation number and the name of the contracting specialist on the first page to ensure proper receipt.
Section B - Supplies or Services
ITEM NO SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT

0001 Chip and ISP Forensics
IAW with the SOW
POP: 25 Nov 2018 - 2 Dec 18 7 EA ___________ _________



Reference attached Statement of Work for more details.
Section C - Descriptions and Specifications
INSPECTION AND ACCEPTANCE POINTS:
Supplies/services will be inspected/accepted at:
CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY
0001 Destination Government Destination Government
CLAUSES INCORPORATED BY REFERENCE


FAR 52.202-1 Definitions Nov 2013
FAR 52.204-7 System for Award Management Jul 2013
FAR 52.204-13 System for Award Management Maintenance Jul 2013
FAR 52.212-1 Instructions to Offerors Commercial Items Jan 2017
FAR 52.212-4 Contract Terms and Conditions Commercial Items Jan 2017
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders Commercial Items Jan 2017
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Oct 2016
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-21 Prohibition of Segregated Facilities Apr 2015
FAR 52.222-26 Equal Opportunity Apr 2015
FAR 52.222-36 Affirmative Action for Workers with Disabilities Jun 2014
FAR 52.222-41 Service Contract Labor Standards May 2014
FAR 52.222-42 Statement of Equivalent Rates for Federal Hires May 2014
FAR 52.222-50 Combating Trafficking in Persons Jul 2014
FAR 52.222-55 Minimum Wages Under Executive Order 13658 Dec 2014
FAR 52.225-13 Restrictions on Certain Foreign Purchases Mar 2015
FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management
Jul 2013
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default (Fixed-Price Supply & Services) Apr 1984
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Nov 2013
DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights Sep 2013
DFARS 252.203-7005
DFARS 252.204-7000
DFARS 252.204-7003
DFARS 252.204-7004
DFARS 252.204-7012 Representation Relating to Compensation of Former DoD Officials
Disclosure of Information
Control of Government Personnel Work Product
Alternate A, System for Award Management
Safeguarding of Unclassified Controlled Tech Information Nov 2011
Aug 2013
Apr 1992
Feb 2014
Nov 2013
DFARS 252.209-7002
DFARS 252.203-7994
DFARS 252.203-7995 Disclosure of Ownership or Control by a foreign Government
Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation
Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Jun 2010
Nov 2016
Nov 2016
DFARS 252.211-7003 Item Unique Identification and Valuation Dec 2013
DFARS 252.225-7001 Buy American and Balance of Payments Program Nov 2014
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012
DFARS 252.225-7012 Preference For Certain Domestic Commodities Feb 2013
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012
DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions May 2013
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.243-7001 Pricing of Contract Modifications Dec 1991
DFARS 252.243-7002 Requests for Equitable Adjustments Dec 2012
DFARS 252.245-7001
DFARS 252.247-7023 Tagging, Labeling, and Marking of Government-Furnished Property
Transportation of Supplies by Sea Apr 2012
Apr 2014
SOFARS 5652.204-9002 Instructions for the use of Electronic Contracts Nov 2007
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Sep 2013
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998
SOFARS 5652.252-9000 Notice of Incorporation of Section K Jun 2009
CLAUSES INCORPORATED BY FULL TEXT
Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at
http://www.farsite.hill.af.mil, http://farsite.hill.af.mil/vfdfara.htm, http://farsite.hill.af.mil/vfussocoma.htm
All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at https://www.sam.gov
52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible Quoter whose quote conforming to the solicitation is the Lowest Priced Technically Acceptable; price and other factors considered. Quotes other than the lowest price will only be evaluated if the lowest priced quote is found technically unacceptable. The following factors shall be used to evaluate quotes; Technical, Past Performance and Price.
(i) Technical - The Quoters approach to performing contract requirements and its capability to successfully perform the contract in accordance with Statement of Work.
a. Meet the minimum service requirements described in the Statement of Work, to include USSOCOM Directive 350-29 requirements.
b. Clearly state whether the quoter can meet the required dates for Period of Performance. Vendors who cannot meet the Period of Performance timeframe will not be considered technically acceptable.
c. The quoter's complete breakdown of services shall be submitted in the quote. A mere statement that the quoter will meet the Government requirement is NOT sufficient. Quotes shall clearly state all specifications for quoted services.
d. Provide a copy of teaching certification from TCCC/AMT through USSOCOM Surgeons office.
e. Provide proof of accreditation from AAALAC International, this is to ensure animal laboratory care.
(ii) Past Performance - Quoters shall provide name, title, and phone number of principal for no less than two (2) prior or current contracts/agreements for similar scoped projects performed during the previous three (3) years. Quoter must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. Please include contract/agreement number, period of performance, reference name, reference telephone number, reference e-mail, and contract/agreement information. The Government will evaluate each Quoters experience on the basis of its depth and its relevance to the work that will be required under the prospective contract.
(iii) Price - All line items will be reviewed for price reasonableness. All quotes submitted shall be the Contractor's Best Pricing. Submitted quotes must reflect unit prices, extended amounts, and an overall order total.
*Note - Vendor must ensure this document is reviewed in its entirety. Failure to provide all required documents to included signed provisions, may determine your quote technically unacceptable.
(b) 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.
(End of Provision)
PROVISIONS INCORPORATED BY FULL TEXT
ANY FEDERAL OR STATE LAW (DEVIATION 2012-O0007) (MAR 2012)
(a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds
made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony
criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is
aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a
determination that this further action is not necessary to protect the interests of the Government.
(b) The Quoter represents that it is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal
violation under a Federal or State law within the preceding 24 months.
(End of provision)


252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX
LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012)
(a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L.
112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation
that-
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies
have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the
authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability,
unless the agency has considered suspension or debarment of the corporation and made a determination that this
further action is not necessary to protect the interests of the Government.
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the
awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the
corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Quoter represents that-
(1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,
(2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(End of provision)


Robert McDonald, Contract Specialist, Phone 9104400775, Email robert.mcdonald@socom.mil - Scott St Cere, Contract Specialist, Phone 9104401697, Email scott.st.cere@socom.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP