The RFP Database
New business relationships start here

WVNG Temporary Base Camp Support Services


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

Combined Synopsis/Solicitation

Solicitation No. W912L8-17-R-0002

Purchase Description: WVNG Temporary Base Camp Support Services

 

The West Virginia National Guard has a requirement for temporary Base Camp Support Services for the dates of 10-30 July 2017 in and around Glen Jean and Summersville, WV.  Requirements sought include but are not limited to temporary shelter/housing, sanitation services, and meals to support 1,250 individuals.     

 

(i).This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; electronic proposals are being requested and a written solicitation will not be issued.

(ii).  The solicitation number is W912L8-17-R-0002.  The solicitation is issued as a Request for Proposal (RFP). 

(iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and DFARS Publication Notice 20161222 effective 22 December 2016.

 

(iv). This acquisition is conducted as a small business set-aside. The associated North American Classification System (NAICS) code is 561210 – Facilities Support Services with a size standard of $38.5 million. The Government intends to award a Firm Fixed Price Commercial Award. 

 

 

(v) Reference Performance Work Statement (PWS) for list of line item number(s) and items, quantities, and units of measure, etc.

 

(vi). Reference PWS for specifics on requirements to be acquired.

 

(vii). Reference PWS for Dates and Places of delivery and acceptance.

 

(viii). The provision at 52.212-1, Instructions to Offeror—Commercial, applies to this acquisition.

 

SEE ATTACHMENT “PROPOSAL INSTRUCTIONS”

 

It is expected that each Proposal includes the following items:

 

1.      Cost/Price Proposal

2.      Technical Proposal

3.      Past Performance Information

 

·         Cost Proposal

1.      Offeror will provide an overall price in their proposal to include a cost breakdown for individual tasks and subtasks referenced within the PWS.

 

2.      DUNS number, TIN, certification of business size, and verification of completed annual representations and certifications electronically via the System for Award Management (SAM) website at http://www.sam.gov in accordance with FAR 52.204-8.

 

3.      90 calendar day acceptance period from the date of your offer.

 

 

·         Technical Proposal

Page limit – Maximum of thirty (30) one-sided pages, 12 point font minimum, single spaced, 1" margins, and when printed must fit on size 8 1/2" by 11" paper. As a minimum, the technical quotation should address the following:

 

1.      Technical and Management Approach. The Technical and Management Approach shall describe your approach to completing the requirements identified in the Performance Work Statement.  The approach shall be clear, concise and shall include sufficient detail for effective evaluation. The proposal should not simply rephrase or restate the Government's requirements, but rather shall describe the methods and procedures that will be used in meeting the requirements. The Technical and Management Approach shall, at a minimum, include a schedule for completion of activities, methodologies, and procedures or approaches used to meet requirements

 

2.      Technical Capability.  The proposal shall describe the Offeror's capability through demonstrated experience related to the requirements stated within the PWS.  Detail and describe experiences in working with Federal/State/Local Government. Explain past strategies implemented by your organization including tools and techniques utilized in order to meet requirements. 

 

3.      In addition the proposal shall include the following:

 

a.       Draft version of Base Camp Layout/Design overlaid onto the schematics of current location provided within the PWS. Graphics must be to scale and Layout/Design must include specific locations, names, and dimensions of all included objects.  I.E. “Sleep Tent 1 – 16ft x 16ft”, “Shower Trailer 3 – 6ft x 24 ft”, etc.

 

b.      Detailed daily feeding plan to include specifics on the process of providing the 3 separate locations stated within the PWS. Included within the feeding plan will be the daily menu of items to be served at each individual location as well as the storage and distribution plan for the lunch box meals.

 

 

·         Past Performance Information

 

1.      Provide no more than 3 examples of past work similar in nature to the requirements stated within the PWS.

 

A Pre-Proposal Site-Visit/Meeting will take place for this requirement at a time TBD (Forecasted dates are 11, 12, or 13 APR 2017) at the Glen Jean Armed Forces Reserve Center located at the address below:

409 Wood Mountain Rd,

Glen Jean, WV 25846

**Attendance to the pre-proposal site-visit / meeting is not required, although participation at the event is highly encouraged.

**A formal Site Visit announcement will be via this solicitation notice on FBO.

 

 

 (ix).   The provision at 52.212-2, Evaluation –Commercial Items, will be used to evaluate offerors for awarding the purchase order.

 

SEE ATTACHMENT “EVALUATION FACTORS FOR AWARD”

 

(x). Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items, with its offer.

 

(xi).  The clause at 52.212-4--Contract Terms and Conditions—Commercial Items, 52.204-9-- Personal Identity Verification of Contractor Personnel, and 52.236-9--Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements all apply to this acquisition.

 

(xii).  The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items, applies to this acquisition.

 

(xiii). N/A.

 

(xiv) N/A. 

 

(xv).  The closing date for the receipt of Proposals are due no later than 9:00 a.m., April 24, 2017 and shall be submitted electronically to: Terry L. Mills and Darren G. Morris at the following email address:  terry.l.mills4.civ@mail.mil and darren.g.morris.mil@mail.mil. ; Questions shall be submitted in writing (via email) no later than 9:00 a.m. ET, April 19, 2017.   The questions will be answered with an amendment to this synopsis/solicitation. Updates to this synopsis/solicitation will be posted on FedBizOpps (http://www.fbo.gov).

 

(xvi).  The points of contact for this solicitation is both Darren G. Morris (darren.g.morris.mil@mail.mil or 304-473-5252) and Terry L. Mills (terry.l.mills4.civ@mail.mil or 304-473-5253) 

 

This solicitation shall not be construed as a commitment of any kind.  

 

SEE ATTACHMENT FOR APPLICABLE “PROVISIONS AND CLAUSES”.

 

 


CPT Darren G. Morris, Phone (304)473-5252, Email darren.g.morris.mil@mail.mil - Terry Mills, Supervisory Contract Specialst, Phone 304-473-5253, Fax 304-473-5270, Email terry.l.mills4.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP