Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SOLICITATION NOTICE

R -- Cyber Exercise Range - PWS

Notice Date
6/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Vermont, Camp Johnson, Building 3, Colchester, Vermont, 05446-3004
 
ZIP Code
05446-3004
 
Solicitation Number
W912LN-16-T-0006
 
Archive Date
6/30/2016
 
Point of Contact
James A. Belaski, Phone: 8023383186
 
E-Mail Address
james.a.belaski.civ@mail.mil
(james.a.belaski.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
VT Wage Determination Quality Assurance Plan Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. The Vermont National Guard will be awarding a Firm-Fixed Price Contract. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotes (RFQ) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-85. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil/. The Vermont Army National Guard requires a vendor to provide a Cyber Range, for Vermont Vigilant Guard -16, at a physical location in Johnson, VT. The exercise is to occur on 30 July 2016. Due to training constraints these dates are not flexible. The vendor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary as defined in the attached Performance Work Statement except for those items specified as government furnished property and services. The vendor shall perform to the standards in this contract. All questions must be submitted in writing by close of business on June 13, 2016. Answers to these questions will be posted to FBO as a modification to the solicitation. The government will review each contractor's capability to determine which contractor is best suited to meet the Government's needs. Contract will be awarded based on lowest price technically acceptable. Partial quotes will not be accepted. Vendors must be registered on SAM.GOV and able to perform electronic invoicing through Wide Area Workflow. Please send quotes & questions to james.a.belaski.civ@mail.mil Quotes received after Response Date and time will not be accepted. Quotes shall reference Solicitation #W912LN-16-T-0006. The North American Industrial Classification System (NAICS) code for this procurement is 541511 with a size standard of $27.5 Million. CLIN 0001: Cyber Range per attached PWS at Johnson, Vermont CLIN 0002: Contractor Manpower Reporting (CMR): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the ARMY collection site. The contractor is required to completely fill in all required data fields using the following web ad-dress: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at http://www.ecmra.mil/. CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management JUL 2013 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2015 52.204-16 Commercial and Government Entity Code Reporting JUL 2015 52.204-18 Commercial and Government Entity Code Maintenance JUL 2015 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment OCT 2015 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 52.211-6 Brand Name or Equal AUG 1999 52.212-1 Instructions to Offerors--Commercial Items OCT 2015 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.219-28 Post-Award Small Business Program Rerepresentation JUL 2013 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-26 Equal Opportunity APR 2015 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-41 Service Contract Labor Standards MAY 2014 52.222-50 Combating Trafficking in Persons MAR 2015 52.222-55 Minimum Wages Under Executive Order 13658 DEC 2015 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.203-7996 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Deviation 2016-O0003) OCT 2015 252.203-7997 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) OCT 2015 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls DEC 2015 252.204-7011 Alternative Line Item Structure SEP 2011 252.204-7015 Disclosure of Information to Litigation Support Contractors FEB 2014 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations JUN 2015 252.225-7031 Secondary Arab Boycott Of Israel JUN 2005 252.225-7048 Export-Controlled Items JUN 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 CLAUSES INCORPORATE BY FULL TEXT Clauses may be accessed electronically in full text through http://farsite.hill.af.mil 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2016) Alternate I (Oct 2014) 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders- Commercial Items (Deviation 2013-O0019) (MAR 2016) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.252-6 Authorized Deviations In Clauses (APR 1984) 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) Submit offers in response to this synopsis/solicitation to: james.a.belaski.civ@mail.mil; USPFO for Vermont, Purchasing & Contracting, Bldg 3, Camp Johnson, 789 Vermont National Guard Road, Colchester, Vermont 05446-3099. Offers received after the Response Date and Time of submission may not be considered unless determined to be in the best interest of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA43/W912LN-16-T-0006/listing.html)
 
Place of Performance
Address: Johnson, Vermont, 05656, United States
Zip Code: 05656
 
Record
SN04134910-W 20160603/160601235032-b07014c81cbc91ad14cbd005f31a6672 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.