The RFP Database
New business relationships start here

PROJECT ENGINEER SERVICES


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

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only soThis is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes licitation; proposals are being requested and a written solicitation will not be issued. This solicitation: W912JV-19-Q-7000 is being issued as a Request for Proposal (RFP). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-101. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 541618 and the small business size standard is $15M. This requirement will seek services under a base year contract under FAR 17.204(e) with a possible extension of six months under FAR 52.217-8. The following commercial items (services) are requested in this solicitation:
 

 


CLIN 0001 - Unit of Issue, 12 Months - Project Management Services

•-          Base Bid: 1 February 2019- 31 January 2020


CLIN 1001 - Unit of Issue, 6 Months - Optional 6 Month Extension


                    -        1 February 2020 - 31 July 2020


CLIN 0002 - Unit of Issue, 1 Job - Army Contractor Manpower Reporting per PWS


 


 


 


***All services are to be performed in accordance with the attached performance work statement***


 


The location of contract performance is as follows:

173 FW


Kingsley Field ANGB,


Klamath Falls, Oregon 97603


 

The following provisions and clauses apply to this acquisition:

FAR 52.212-1 -- Instructions to Offerors -- Commercial Items.

                - Proposed prices must be submitted using the Pricing Sheet within attachments.

- Offerors shall insert unit prices in the attached Pricing Sheet, rounded to the nearest cent and sign acknowledging the terms and conditions of the RFP. Offerors rejecting the terms and conditions may be excluded from consideration. Note: Department of Labor (DOL) Wage Determination 15-5581 Rev. 8, dated 10 July 18.

 

- A maximum of five (5) references will be accepted for past performance evaluation. References for past performance shall include a point of contact, their phone number, email address, name of the company, and detailed description of services rendered. Other information should include the contract number, initial contract cost, and period of performance.

- Management Plans must be submitted for technical evaluation.

* Staffing, quality control, capabilities, and experience (not to exceed 3 pages, 10 point font)

* Organizational Chart (not to exceed 1 page, 10 point font)

* Scheduling Plan (not to exceed 1 page, 10 point font)

* Substantiating documents to include, but not limited to, resume(s), diploma

(s), and certification(s) to demonstrate personnel possess all of the requirements per the attached PWS.

 

- All proposals shall be sent to MSgt Matthew Marshall via e-mail at matthew.m.marshall6.mil@mail.mil. Proposals are required to be received no later than 7 January 2019, 12:00 PM PST. Oral proposals will not be accepted. Collect calls will not be accepted. All proposals must be directly submitted by the firm that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a company with the intention of being award in "care of" will not be accepted.

 

FAR 52.212-2 -- Evaluation -- Commercial Items.

The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Past Performance, and Technical Capability.

 

Cost or Price: Evaluation of price will consider the total of the annual prices (CLINS) for all contract years (base plus all options, including a possible six month extension), with each year's price evaluated as the sum of the prices of all subcontract line items (CLINs) for that year.

 

Past Performance: Evaluation of past performance will consider references provided and past performance information obtained from any suitable source, such as ratings from automated past performance data bases (i.e. CPARS, PPIRS), direct local business experience with the offeror, or similar. Past performance will be rated as Acceptable or Unacceptable.

 

Technical Factors: Evaluation of technical factors will consider sub-factors in the following categories:

* Capability and experience,

* Organization/organizational structure,

* Qualified personnel,

* Quality control, and

* Whether or not all of the Management Plans required above were submitted and deemed adequate.

 

Proposals will be evaluated as outstanding, good, acceptable, marginal, and unacceptable for Technical Factors.

 

FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Alternate I.

                Offerors must fill out and submit completed clause with their proposal.

FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items.

FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items.

FAR 52.203-19 -- Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.

FAR 52.204-7 -- System for Award Management.

FAR 52.204-9 -- Personal Identity Verification of Contractor Personnel.

FAR 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards.

FAR 52.204-13 -- System for Award Management Maintenance.

FAR 52.204-16 -- Commercial and Government Entity Code Reporting.

FAR 52.204-18 -- Commercial and Government Entity Code Maintenance.

FAR 52.204-22 -- Alternative Line Item Proposal.

FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.

FAR 52.209-10 -- Prohibition on Contracting With Inverted Domestic Corporations.

FAR 52.217-8 -- Option to Extend Services.

FAR 52.217-9 -- Option to Extend the Term of the Contract.

FAR 52.219-14 - Limitations on Subcontracting.

FAR 52.219-6 -- Notice of Total Small Business Set-Aside.

FAR 52.219-28 -- Post-Award Small Business Program Rerepresentation.

FAR 52.222-3 -- Convict Labor.

FAR 52.222-21 -- Prohibition of Segregated Facilities.

FAR 52.222-26 -- Equal Opportunity.

FAR 52.222-35 -- Equal Opportunity for Veterans.

FAR 52.222-36 -- Equal Opportunity for Workers With Disabilities.

FAR 52.222-37 -- Employment Reports on Veterans.

FAR 52.222-40 -- Notification of Employee Rights Under the National Labor Relations Act.

FAR 52.222-41 -- Service Contract Labor Standards.

FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires.

FAR 52.222-50 -- Combating Trafficking in Persons.

FAR 52.222-55 -- Minimum Wages Under Executive Order 13658.

FAR 52.222-62 -- Paid Sick Leave Under Executive Order 13706.

FAR 52.223-5 -- Pollution Prevention and Right-to-Know Information.

FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving.

FAR 52.225-13 -- Restrictions on Certain Foreign Purchases.

FAR 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management.

FAR 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors.

FAR 52.233-3 -- Protest After Award.

FAR 52.233-4 -- Applicable Law for Breach of Contract Claim.

FAR 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation.

FAR 52.232-39 - Unenforceability of Unauthorized Obligations.

FAR 52.252-2 -- Clauses Incorporated by Reference.

 

DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials.

DFARS 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights.

DFARS 252.204-7003 - Control of Government Personnel Work Product.

DFARS 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials.

DFARS 252.204-7008 -- Compliance with Safeguarding Covered Defense Information Controls.

DFARS 252.204-7011 -- Alternative Line Item Structure.

DFARS 252.204-7012 -- Safeguarding Covered Defense Information and Cyber Incident Reporting.

DFARS 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support.

DFARS 252.211-7003 -- Item Unique Identification and Valuation.

DFARS 252.225-7048 -- Export-Controlled Items.

DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports.

DFARS 252.232-7006 -- Wide Area WorkFlow Payment Instructions.

DFARS 252.232-7010 -- Levies on Contract Payments.

DFARS 252.237-7010 -- Prohibition on Interrogation of Detainees by Contractor Personnel.

DFARS 252.243-7002 -- Requests for Equitable Adjustment.

DFARS 252.244-7000 -- Subcontracts for Commercial Items.


Matthew M. Marshall, Contracting Officer, Phone 5418856181, Email matthew.m.marshall6.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP