The RFP Database
New business relationships start here

Role Play


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

DESCRIPTION:

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 solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number assigned to this action is W911YN-19-Q-0022. The solicitation is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for Florida, Purchasing and Contracting Division, St. Augustine, Florida 32085.

Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92, Effective: 19 Dec 2016 (Includes FAC 2005-93, Effective 16 Dec 2016).

Principle NAICS is 541990 and size standard is $15 million. The Florida Army National Guard (FLARNG) requirement is for a Collective Training Exercise (CTE) Role Player Support Services at Camp Blanding Joint training Center, Starke, FL and sixteen (16) day off site training from 31 OCT - 7 NOV & 9-13 DEC 2019. (See Statement of Work).
This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures. The Government intends to place a Single, Lowest Price, Technically Acceptable, Firm-Fixed Price order without discussions. Therefore, offers should submit their best offer up front. Do not assume you will be able to revise your offer.

The resulting contract from this combine synopsis solicitation will require the Contractor to be compliant with the Contract Manpower reporting (CMR) system. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the FLARNG via a secure data collection site. See attached Performance Work Statement (PWS) for more information.


REQUIREMENT:

CLIN 0001: Lump sum pricing for the entire 31 OCTOBER - 7 NOVEMBER Collective Training Exercise
CLIN 0002: Lump sum pricing for the entire 7-13 DECEMBER 2019 External Evaluation
CLIN 0003: Price for compliance with Contract Manpower Reporting (CMR), (If Applicable)


The Government intends to award a contract resulting from this request for quotation to the responsible offeror whose quotation results in the "best value" to the Government, considering both price and non-price factors. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price.


FAR Provision 52.212-2 Evaluation - Commercial Items, applies to this acquisition and the following evaluation is applicable:


1. Pricing of CLINS 0001,0002, and 0003. The Government will evaluate offers for award purposes by the total price for each of the CLINs. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced.


2. Technical Capabilities - Proposal detailing how Contractor will accomplish the requirements of the Statement of Work and shall not merely offer to perform work in accordance with the Statement of Work; be as specific as possible. All requirements and specifications described in the Statement of Work are mandatory.


3. Past Performance - The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The contractor shall provide at least two but no more than three contacts, including phone numbers, of past performance references that you have successfully accomplished services similar to size and scope of those listed in the Statement of Work.

4. Contractor representations and certifications shall be completed in the System for Award Management (SAM) (www.sam.gov). Contractors shall provide Cage Code indicating registration is active in SAM.


SUBMITTAL REQUIREMENTS:

Submit the following in order to be considered for award.
1. Pricing of CLINS 000, 0002, and 003.
2. Technical Proposal detailing how Contractor will accomplish the requirements of the PWS
3. Representations and Certifications (52.212-3 Alt 1 & 252.209-7999).


If a contractor does not submit the required information, their quote will not be considered for award and determined technically unacceptable unless determined to be in the best interest of the government.


All contractors must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. WAWF clause with instructions will be provided at time of award.


The following provisions are included for the purposes of this combined synopsis/solicitation:
FAR 52.204-7 -- System for Award Management
FAR 52.204-16 --Commercial and Government Entity Code Reporting.
FAR 52.204-22 - Alternative Line Item Proposal
FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (JUL 2013); Evaluation in accordance with
FAR 13.106-2 based on the lowest price technically acceptable offer
FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items ALT I;
FAR 52.233-2 - Service Protest
FAR 52.237-1 - Site Visit
FAR 52.252-1-Provisions Incorporated by Reference (http://farsite.hill.af.mil).
DFAR 252.203-7005 - Representation Relating to Compensation of Former DoD Officials
DFAR 252.204-7011 - Alternative Line Item Structure
DFAR 252.225-7031 - Secondary Arab Boycott of Israel
DFAR 252.215-7007 - Notice of Intent to Resolicit DFAR 252.215-7008 - Only One Offer


The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order:
FAR 52.203-3 - Gratuities
FAR 52.203-6 Alt. I - Restrictions on Subcontractor Sales to the Government-Alternate I
FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
FAR 52.204-4 - Printed or Copied-Double Sided on Post- consumer Fiber Content Paper
FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-18 Commercial and Government Entity Code Maintenance
FAR 52.204-19 - Incorporation by Reference of Representations and Certifications
FAR 52.204-21 - Basic Safeguarding of Covered Contractor Information Systems
FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations
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 (Dev.);
FAR 52.219-6-Notice of Total Small Business Set-Aside (JUNE 2003);
FAR 52.219-8 - Utilization of Small Business Concerns
FAR 52.219-14 - Limitations on Subcontracting
FAR 52.219-28 - Post-Award Small Business Program Representation
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 - Affirmative Action for Workers with Disabilities
FAR 52.222-36 - Affirmative Action 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 Act of 1965 (DOL WD Attached)
FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires
FAR 52.222-44 - Fair Labor Standards Act and Service Contract Act-Price Adjustment NOTE: See
FAR 52.222-55, Minimum Wages Under Executive Order 13658


Note: The full text of a clause/provision may be accessed electronically at:
http://farsite.hill.af.mil. Notice: Contractor performance may be evaluated in accordance with policy at
FAR 42.1502.
Note: Prior to invoicing Army Contractor Manpower Reporting Requirement (CMR) must be completed. http://www.ecmra.mil


Note: Contractor will be required to utilize Wide Area Workflow (WAWF) for electronic submission of payment requests/invoice (https://wawf.eb.mil/)


Notice for Service Contract Labor Standards: Applicable SCA Wage Determination-Wage Determination No.: 2015
-4539 rev 9 dated 07/30/2019 See https://beta.sam.gov/


FAR 52.222-54 - Employment Eligibility Verification
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 Policy to Ban Text Messaging While Driving
FAR 52.225-13 - Restrictions on Certain Foreign Purchases
FAR 52.228-5 - Insurance - Work on a Government Installation
FAR 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39 - Unenforceability of Unauthorized Obligations
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 52.252-2-Clauses Incorporated by Reference, http://farsite.hill.af.mil
FAR 52.252-6 - Authorized Deviations in Clauses
DFAR 252.201-7000 - Contracting Officer's Representative
DFAR 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials
DFAR 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information
DFAR 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
DFAR 252.211-7003 Item Unique Identification and Valuation
DFAR 252.211-7008 Use of Government-Assigned Serial Numbers
DFAR 252.225-7012 - Preference for Certain Domestic Commodities
DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
FAR 252.232-7006 Wide Area Workflow Payment Instructions
DFAR 252.232-7010 - Levies on Contract Payments
DFAR 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel
DFAR 252.243-7002 - Requests for Equitable Adjustment
DFAR 252.244-7000 - Subcontracts for Commercial Items


 


 


ERIKA JOHN, Contract Spec, Phone 904-823-0566, Email erika.l.john2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP