The RFP Database
New business relationships start here

Technical Instruction Services for a "Commercial Vehicle Interdiction" Course


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

Technical Instruction Services
Commercial Vehicle Interdiction Course


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; quotes are being requested and a written solicitation will not be issued.  This solicitation, W912LP-19-R-0004, is being issued as a Request for Proposal (RFP).  This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, effective 22 Jan 2019.  This procurement is a 100% Small Business set-aside in accordance with (IAW) the Federal Acquisition Regulation (FAR) Part 19.502-2 (b).  The NAICS code is 611699 and the small business size standard is $11 million.  The following commercial services are requested in this solicitation:


Contractor shall provide Technical Instruction Services for a Commercial Vehicle Interdiction Course, in accordance with the attached Performance Work Statement (PWS).  Contract line item numbers (CLINs) and quantities are as follows:


CLIN 0001, Technical Instruction Services, Commercial Vehicle Interdiction, Base Period, Estimated Period of Performance (POP): Date of Award - 30 May 2020, Quantity/Unit of Issue: 4 each (each = course iteration)


CLIN 0002, Contractor Manpower Reporting for services provided from Date of Award - 30 May 2020, Quantity/Unit of Issue: 1 each


CLIN 1001, Technical Instruction Services, Commercial Vehicle Interdiction, Option Period 1, POP 1 Jun 2020 - 30 May 2021, Quantity/Unit of Issue: 4 each


CLIN 1002, Contractor Manpower Reporting for services provided from 1 Jun 2020 - 30 May 2021, Quantity/Unit of Issue: 1 each


CLIN 2001, Technical Instruction Services, Commercial Vehicle Interdiction, Option Period 2, POP 1 Jun 2021 - 30 May 2022, Quantity/Unit of Issue: 4 each


CLIN 2002, Contractor Manpower Reporting for services provided from 1 Jun 2021 - 30 May 2022, Quantity/Unit of Issue: 1 each


CLIN 3001, Technical Instruction Services, Commercial Vehicle Interdiction, Option Period 3, POP 1 Jun 2022 - 30 May 2023, Quantity/Unit of Issue: 4 each


CLIN 3002, Contractor Manpower Reporting for services provided from 1 Jun 2022 - 30 May 2023, Quantity/Unit of Issue: 1 each


CLIN 4001, Technical Instruction Services, Commercial Vehicle Interdiction, Option Period 4, POP 1 Jun 2023 - 30 May 2024, Quantity/Unit of Issue: 4 each


CLIN 4002, Contractor Manpower Reporting for services provided from 1 Jun 2023 - 30 May 2024, Quantity/Unit of Issue: 1 each


Proposal prices for CLINs 0001, 1001, 2001, 3001 and 4001 shall be firm fixed price (FFP) and inclusive of all labor, materials, travel, supervision, and associated services required to perform the training described within the Performance Work Statement (PWS). CLINS 0002, 1002, 2002, 3002 and 4002 may be priced, or contractor may indicate "Not Separately Priced (NSP)" on the proposal for these CLINs.


The following provisions are incorporated into this solicitation by reference:
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.225-7031, Secondary Arab Boycott of Israel


The following clauses are incorporated into this solicitation by reference:
FAR 52.203-3, Gratuities
FAR 52.212-4, Contract Terms and Conditions - Commercial Items
FAR 52.219-6 (DEV 2019-O0003), Notice of Total Small Business Set-Aside (Nov 2011) (DEVIATION 2019-O0003)
FAR 52.219-14 (DEV 2019-O0003), Limitations on Subcontracting (Jan 2017)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
DFARS 252.201-7000, Contracting Officer's Representative
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7012, Safeguarding of Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015, Notice of Authorized Disclosure of Information to Litigation Support
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.225-7048, Export Controlled Items
DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
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
DFARS 252.247-7023, Transportation of Supplies by Sea


The following provisions are incorporated by full text.  The full text is found in Attachment #2, Full-Text Provisions and Clauses. 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.
FAR 52.209-7, Information Regarding Responsibility Matters
FAR 52.212-1 (DEV), Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018) (Tailored IAW FAR 12.302)
FAR 52.212-2, Evaluation - Commercial Items (with addendum)
FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, Alternate I
DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials
DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism
DFARS 252.247-7022, Representation of Extent of Transportation by Sea


The following clauses are incorporated by full text.  The full text is found in Attachment #2, Full-Text Provisions and Clauses.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items
FAR 52.217-9, Option to Extend the Term of the Contract
FAR 52.222-49, Service Contract Labor Standards - Place of Performance Unknown
FAR 52.232-19, Availability of Funds for the Next Fiscal Year
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions


All proposals shall reference RFP number W912LP-19-R-0004. Reference Attachment #3, Submission Requirements, for a description of the past performance and technical document submissions that are required with the proposal package.


Proposals are due at 11:00 a.m. local (central) time on 9 May 2019 at USPFO for Iowa, Purchasing and Contracting (P&C), Camp Dodge, ATTN: Ms. Tracy Miller, 7105 NW 70th Avenue, Bldg. 3475, Johnston, Iowa, 50131-1824. It is recommended that proposals be sent using a trackable delivery method, and the tracking number(s) e-mailed to Ms. Tracy Miller, tracy.c.miller11.mil@mail.mil and Ms. Vicky Williams, vicky.l.williams10.civ@mail.mil. Facsimile proposals will not be accepted.  Regardless of how proposals are sent, the offeror is responsible for following up to ensure they are received in the USPFO P&C Office by the due date/time. Questions regarding this solicitation may be directed to Ms. Tracy Miller, Contract Specialist, at (515) 252-4616 or Ms. Vicky Williams, Contracting Officer, at (515) 252-4615 or to the email addresses identified above by no later than 29 April 2019.


Attachments:
#1 - Performance Work Statement
#2 - Full Text Provisions and Clauses
#3 - Submission Requirements
#4a - Past Performance Questionnaire Cover Letter
#4b - Past Performance Questionnaire
#5 - Service Contract Labor Standards Wage Determination


Tracy Charisse Miller, Contract Specialist, Phone (515) 252-4616, Fax (515( 252-4617, Email tracy.c.miller11.mil@mail.mil - Vicky L. Williams, Contracting Officer, Phone (515) 252-4615, Fax (515) 252-4617, Email vicky.l.williams10.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP