The RFP Database
New business relationships start here

2019 Brunswick CERF-P SCVS


Maine, 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 is being issued as a Total Small Business Set-Aside. The solicitation number is W912JD-19-Q-0001, and the solicitation is issued as a Request for Quote (RFQ). The NAICS is 541990 and size standard is $14 million. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-01, effective 12/19/2018. Currently, General Decision Number WD 2015-4005 & 4009 respectively (Rev No. 8) , dated 12/26/2018 are applicable to this combined synopsis/solicitation.

https://www.wdol.gov/wdol/scafiles/std/15-4005.txt?v=8


https://www.wdol.gov/wdol/scafiles/std/15-4009.txt?v=8


This solicitation is being issued on behalf of the Maine Army National Guard utilizing procedures in FAR part 13.5, Simplified Acquisition Procedures. This activity has a significant amount of experience in contracting for this sort of effort, which has been performed through contracted efforts at several geographically separate locations in recent years. The Government intends to place a Single, Lowest Price, Technically Acceptable, Firm-Fixed Price order without discussions.


Description of Requirements: Maine Army National Guard, MEARNG requests the procurement and delivery of services for Structural Collapse Venue Site (SCVS) - RESET with Role Players to support Brunswick 2019 Homeland Response Force (HRF) External Evaluation (EXEVAL) and Collective Training Event (CTE) with Role Player Support for the period of 8-11 May 2019. See Performance Work Statement and all attachments for complete information.


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 via a secure data collection site. See attached Performance Work Statement (PWS) and all attachments for complete information.


Requirement: Services Non-Personal. Provide all plant, labor, equipment, materials, and transportation necessary to successfully execute the line items below and the Performance Work Statement and Annexes as attached.


CLIN 0001 New England CERFP Collective Training Event (CTE), Brunswick, ME; Structural Collapse Site Venue (SCVS) reset, role players, mannequins, moulage and medical support - contractor shall perform all services in accordance with attached performance work statement (PWS) dated __FEB2019


(Period of Performance: 8-11 May 2019) QTY: 1 Job


The following provisions are included for the purposes of this combined synopsis/solicitation: The full text provisions may be accessed electronically at http://farsite.hill.af.mil


52.202-1, Definitions
52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
52.204-7, System for Award Management
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-5, Certification Regarding Responsibility Matters
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
52.212-3, Offeror Representations and Certifications -- Commercial Items ALT I;
52.233-2, Service Protest
52.237-1, Site Visit
52.252-1, Provisions Incorporated by Reference (http://farsite.hill.af.mil)
252.204-7011, Alternative Line Item Structure
252.209-7994 (DEV), Prohibition Against Using Fiscal Year 2014 Funds to Contract with Corporations that have an Unpaid Delinquent Tax Liability or a Felony Conviction Under Federal Law


The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: The full text clauses may be accessed electronically at http://farsite.hill.af.mil


52.203-3, Gratuities
52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government - Alternate I
52.203-12, Limitations on Payments to Influence Certain Federal Transactions
52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees
of Whistleblower Rights
52.204-4, Printed or Copied-Double Sided on Post- consumer Fiber Content Paper
52.204-13, System for Award Management Maintenance
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.212-4, Contract Terms and Conditions-Commercial Items;
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items
52.219-1 Alt I, Small Business Program Representations
52.219-6, Notice of Total Small Business Set-Aside
52.219-8, Utilization of Small Business Concerns
52.219-14, Limitations on Subcontracting
52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside
52.219-28, Post-Award Small Business Program Representation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-22, Previous Contracts and Compliance Reports
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Veterans
52.222-36, EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES
52.222-37, Employment Reports on Veterans
52.222-40, Notification of Employee Rights Under the National Labor Relations Act
52.222-41, Service Contract Labor Standards (Dev 52.222-99 containing EO 13658) (DOL WD Attached)
52.222-42, Statement of Equivalent Rates for Federal Hires
52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment
52.222-50, Combating Trafficking in Persons
52.222-54, Employment Eligibility Verification
52.222-55, Minimum Wages Under Executive Order 13658
52.222-60, Paycheck Transparency Executive Order 13673
52.222-62, Paid Sick Leave Under Executive Order 13706
52.223-5, Pollution Prevention and Right to Know Information
52.223-6, Drug-Free Workplace
52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts
52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving
52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a)
52.225-13, Restrictions on Certain Foreign Purchases
52.225-26, Contractors Performing Private Security Functions Outside the United States
52.226-6, Promoting Excess Food Donation to Nonprofit Organizations
52.228-5, Insurance - Work on a Government Installation
52.232-33, Payment by Electronic Funds Transfer-System for Award Management
52.232-39, Unenforceability of Unauthorized Obligations
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.237-2, Protection of Government Buildings, Equipment and Vegetation
52.243-1 Alt II, Changes - Fixed Price
52.246-4, Inspection of Services - Fixed Price
52.247-34, F.O.B Destination
52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels
52.252-2, Clauses Incorporated by Reference, http://farsite.hill.af.mil
52.252-6, Authorized Deviations in Clauses, http://farsite.hill.af.mil
252.201-7000, Contracting Officer's Representative
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.204-7003, Control of Government Personnel Work Product
252.204-7004 Alt A, System for Award Management
252.204-7006, Billing Instructions
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7001, Buy American and Balance of Payments Program
252.225-7002, Qualifying Country Sources As Subcontractors
252.225-7012, Preference for Certain Domestic Commodities
252.225-7048, Export-Controlled Items
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010, Levies on Contract Payments
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
252.243-7002, Requests for Equitable Adjustment
252.243-7001, Pricing of Contract Modifications
252.244-7000, Subcontracts for Commercial Items
252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations
252.247-7022, Representation of Extent of Transportation of Supplies by Sea
252.247-7023, Transportation of Supplies by Sea
252.247-7024, Notification of Transportation of Supplies by Sea



Submittal Requirements: Submit the following in order to be considered for award.
1. Pricing of CLIN 0001
2. Technical Proposal detailing how Contractor will accomplish the requirements of the PWS
3. Representations and Certifications (52.212-3 Alt 1)


This solicitation is being issued as a Total Small Business Set-Aside and only qualified sellers may submit bids. This solicitation will end on in accordance with time specified on the FedBid announcement. Offers received after the required date of submission may not be considered unless determined to be in the best interest of the Government.


Dirck Storms, Contracting Officer, Phone 2074305531, Email dirck.g.storms.mil@mail.mil - Daniel S Bibeau, Contract Specialist, Phone 2074306219, Email daniel.s.bibeau.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP