The RFP Database
New business relationships start here

Technical Instruction Services for a Science Based Drug Education Course


Iowa, 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 solicitation; quotes are being requested and a written solicitation will not be issued.  This solicitation, W912LP-18-R-0012, 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) 2005-98, effective 31 May 2018.  This procurement is unrestricted.  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 "Science Based Drug Education" 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, Science Based Drug Education, Base Period, Estimated Period of Performance (POP): Date of Award - 31 May 2019, Quantity/Unit of Issue: 4 Job (Job = Course Iteration)


CLIN 0002, Contractor Manpower Reporting for services provided from Date of Award - 31 May 2019, Quantity/Unit of Issue: 1 Job


CLIN 1001, Technical Instruction Services, Science Based Drug Education, Option Period 1, POP 1 Jun 2019 - 31 May 2020, Quantity/Unit of Issue: 4 Job (Job = Course Iteration)


CLIN 1002, Contractor Manpower Reporting for services provided from 1 Jun 2019 - 31 May 2020, Quantity/Unit of Issue: 1 Job


CLIN 2001, Technical Instruction Services Science Based Drug Education, Option Period 2, POP 1 Jun 2020 - 31 May 2021, Quantity/Unit of Issue: 4 Job (Job = Course Iteration)


CLIN 2002, Contractor Manpower Reporting for services provided from 1 Jun 2020 - 31 May 2021, Quantity/Unit of Issue: 1 Job


CLIN 3001, Technical Instruction Services, Science Based Drug Education, Option Period 3, POP 1 Jun 2021 - 31 May 2022, Quantity/Unit of Issue: 4 Job (Job = Course Iteration)


CLIN 3002, Contractor Manpower Reporting for services provided from 1 Jun 2021 - 31 May 2022, Quantity/Unit of Issue: 1 Job


CLIN 4001, Technical Instruction Services Science Based Drug Education, Option Period 4, POP 1 Jun 2022 - 31 May 2023, Quantity/Unit of Issue: 4 Job (Job = Course Iteration)


CLIN 4002, Contractor Manpower Reporting for services provided from 1 Jun 2022 - 31 may 2023, Quantity/Unit of Issue: 1 Job


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 252.204-7011, Alternative Line Item Structure
DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons
DFARS 252.225-7031, Secondary Arab Boycott of Israel
DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism


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 52.232-18, Availability of Funds
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 252.232-7003, 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 #1 titled "Solicitation W912LP-18-R-0012 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 52.212-1, Instructions to Offerors - Commercial Items (Tailored IAW FAR 12.301(b)(1))
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 252.247-7022, Representation of Extent of Transportation by Sea


The following clauses are incorporated by full text.  The full text is found in Attachment #1 titled "Solicitation W912LP-18-R-0012 Full-Text Provisions and Clauses."
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items
FAR 52.217-8, Option to Extend Services
FAR 52.217-9, Option to Extend the Term of the Contract
FAR 52.222-49, Service Contract Labor Standards - Place of Performance Unknown
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions


Questions regarding this solicitation may be submitted to Ms. Tracy Canada, Contract Specialist, or Ms. Vicky Williams, Contracting Officer, to the email addresses provided below. Questions may be submitted at any time during the solicitation period. Questions & Answers (Q&A's) will be posted by no later than 3:30 p.m. local (central) time, the Friday of each week. Final questions shall be submitted no later than 11:00 a.m. local (central) time on 02 Jul 2018. A final Q&A will be consolidated and posted to FedBizOpps on a non-attribution basis. The final Q&A will be posted no later than 5:00 p.m. on 05 Jul 2018.


All proposals shall reference RFP number W912LP-18-R-0012. Reference Attachment #3a, Submission Requirements, for a description of the documents that are required with the proposal package.


Proposals are due at 11:00 a.m. local (central) time on 12 Jul 2018. One (1) original plus two (2) copies of hard copy proposals (binders) and the electronic proposal on CD/DVD shall be mailed to USPFO for Iowa, Purchasing and Contracting (P&C), Camp Dodge, ATTN: Ms. Tracy Canada, 7105 NW 70th Avenue, Bldg. 3475, Johnston, Iowa, 50131-1824, using a trackable delivery method. An electronic copy of proposals may be submitted via e-mail to Ms. Tracy Canada, tracy.c.canada.mil@mail.mil and Ms. Vicky Williams, vicky.l.williams10.civ@mail.mil; however e-mailed copies of proposals do NOT eliminate the requirement for the CD/DVD to be mailed with the hard copy binders. Facsimile proposals will not be accepted.  The contractor is responsible for ensuring that proposals are received in the USPFO P&C Office by the due date/time.


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


Tracy C. Canada, Contract Specialist, Phone (515) 252-4616, Fax (515) 252-4617, Email tracy.c.canada.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