This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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, W912J6-19-Q-0022, 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) 2019-01, effective 30 Dec, 2019. The NAICS code is 611519. The following services are requested in this solicitation:
Contractor shall provide all items listed below. Contract line item numbers (CLINs) and quantities are as follows:
CLIN 0001: HAZMAT Operations and HAZMAT Awareness Course 26-29 March, 2019 (See attached PWS for full details). This must be a PROBOARD or IFSAC certified course.
CLIN 0002: Contractor Manpower Reporting
It is anticipated that a firm-fixed price purchase order will be awarded for the requested service as a result of this synopsis/solicitation. Award will be based on lowest price technically acceptable.
Response must demonstrate performance capability requirements are met in accordance with the attached performance work statement and that the certifying entity is PROBOARD or IFSAC accredited.
The following FAR and DFARS provisions and clauses are incorporated into this solicitation by reference:
52.204-7, System for Award Management
52.204-13, SAM Maintenance
52.204-16, Commercial and Government Entity Code Reporting
52.204-17, Ownership or Control of Offeror
52.204-18, Commercial and Government Entity Code Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.204-22, Alternative Line Item Proposal
52.209-10, Prohibition on Contracting with Inverted domestic Corporations
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-1, Instructions to Offerors - Commercial Items
52.212-3, Offeror Representations and Certifications- Commercial Items- Alternate I
52.212-4, Contract Terms and Conditions - Commercial Items
52.219-1, Small Business Program Representations
52.223-5, Pollution Prevention & Right-To-Know Information
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
52.232-1, Payments
52.232-39, Unenforceability of Unauthorized Obligations
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
52.237-2, Protection of Government Buildings, Equipment, and Vegetation
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.203-7005, Representation Relating to Compensation of Former DoD officials
252.204-7003, Control of Government Personnel Work Product
252.204-7004, Alternate A, System for Award Management
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
252.204-7011, Alternative Line Item Structure
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7010, Levies on Contract Payments
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies by Sea
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.
The following FAR and DFARS provisions and clauses are incorporated into this solicitation by full text in Attachment #1.
52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items
52.252-1, Solicitation Provisions Incorporated by Reference
52.252-2, Clauses Incorporated by Reference
252.232-7006, Wide Area Workflow Payment Instructions
Quotes are due by 12:00 p.m. (EST) time on Tuesday, 26 February, 2019.
Electronic proposals must be submitted via e-mail to SrA Mindy Klask at mindy.k.klask.mil@mail.mil. Facsimile proposals will not be accepted. Questions regarding this solicitation may be directed to SrA Mindy Klask at mindy.k.klask.mil@mail.mil no later than 4:00p.m. (EST) Tuesday, 19 February, 2019.
Attachments:
#1 - Full Text Provisions and Clauses
#2 - Performance Work Statement
Mindy Klask, Contract Administrator, Phone 8088446365, Email mindy.k.klask.mil@mail.mil