Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2016 FBO #5492
SOLICITATION NOTICE

U -- Mode III Air/Ground Training - Attachments

Notice Date
12/4/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, MARSOC, Building H-1, Floor 1GS, Camp Lejeune, North Carolina, 28542, United States
 
ZIP Code
28542
 
Solicitation Number
H92257-17-Q-0024
 
Archive Date
12/29/2016
 
Point of Contact
Joel Lewis,
 
E-Mail Address
joel.lewis@socom.mil
(joel.lewis@socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for Exercise Support Services for the U.S. Marine Corps Forces, Special Operations Command (MARSOC). This announcement is prepared in accordance with the format in FAR Subpart 12.6, and Part 13 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92257-17-Q-0024. All interested parties may submit a quote which shall be considered by the agency. The Government intends to award one (1) contract as a result of this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-92 (effective 18 Nov 2016) and the DFARS Publication Notice (DPN) 20161104 edition (effective 04 Nov 2016). The Product Service Code (PSC) for this requirement is U099. The associated North American Industrial Classification System (NAICS) code for this requirement is 611699 with a size standard of $11 Mil. The proposed acquisition is set-aside 100% for small business. TYPE OF CONTRACT. The Government intends to award a single Firm Fixed Price (FFP) type contract as a result of this solicitation. The Government reserves the right and may award based solely on information contained in the quote and is not obligated to seek completion or clarification of any or all of the evaluation factors if the original quote is unclear. The contract shall be awarded on an all or none basis, please do not submit partial quotes. All quotes submitted shall be the Contractor's Best Quote as it is the Government's intent to entertain one (1) final quote only; this includes any discounts on volume. Quoters must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing, via email, to the Contracting Office. The deadline for submittal of questions regarding this solicitation is 1:00 pm Eastern Standard Time (EST) on 8 November 2016. Answers will be provided via solicitation/RFQ amendment. No direct exchanges between the technical representative and a prospective Quoter will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be submitted via email to: Joel.Lewis@socom.mil (910-440-0700) Quotes must be received no later than 10:00 AM Eastern Standard Time (EST) on 14 November 2016. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer is conforming to the solicitation and will be the most advantageous to the Government. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes shall be submitted via email to: Joel.Lewis@socom.mil (910-440-0700). Quoters must provide the following information in their quote: DUNS #, CAGE CODE #, and TIN # For email quotes, the Government office designated for receipt of the quote is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(c), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government's control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 3MB. Vendors are specifically warned that email may be subjected to spam filters or attachment stripping. All transmissions must clearly state the solicitation number and the name of the contracting specialist on the first page to ensure proper receipt. Section B - Supplies or Services ITEM NOSUPPLIES/SERVICES QTY UNIT UNIT PRICEAMOUNT 0001 Mode III Air/Ground Training (8 Students) FFP1 EACH$____________ $______________ POP: 12/28/2016 - 1/08/2017 FOB: Destination Section C - Descriptions and Specifications **See Attachment #1 - Statement of Work** INSPECTION AND ACCEPTANCE POINTS: Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government PROVISIONS AND CLAUSES Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil, http://farsite.hill.af.mil/vfdfara.htm, http://farsite.hill.af.mil/vfussocoma.htm All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at https://www.sam.gov A copy of the provision or clause can be provided upon request. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible Quoter whose quote conforming to the solicitation is the Lowest Priced Technically Acceptable; price and other factors considered. Quotes other than the lowest price will only be evaluated if the lowest priced quote is found technically unacceptable. The following factors shall be used to evaluate quotes; Technical, Past Performance and Price. (i)Technical - The Quoters approach to performing contract requirements and its capability to successfully perform the contract in accordance with Statement of Work. The offeror's quote will be evaluated to determine whether it can meet the minimum service requirements described in the Statement of Work. a.Clearly state whether the quoter can meet the required dates for Period of Performance. Vendors who cannot meet the Period of Performance timeframe will not be considered technically acceptable. b.Provide a detailed breakdown of proposed services, a mere statement that the quote will meet the Government requirement is NOT sufficient. Quotes shall clearly state all specifications for quoted services in accordance with the RFQ / SOW. c.Provide photos of proposed aircraft configuration as follows: •Interior: Equipment rack built to the specifications outlined in the SOW Adequate seating as outlined in the SOW Power and antenna connections for SI equipment Communications suite •Exterior: External picture of the RF Transparent belly pod Interior picture of the belly pod, to show that the antennas, antenna mounts, and cabling are mounted and in place, as outlined in the SOW d.Offers shall provide the following documentation with their quotes: Mode Instructor Resumes to include past experience, and all Mode III (Air/Ground) Instructor certifications in accordance with the SOW. (ii)Past Performance - Quoters shall provide name, title, and phone number of principal for no less than two (2) prior or current contracts/agreements for similar scoped projects performed during the previous three (3) years. Quoter must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. Please include contract/agreement number, period of performance, reference name, reference telephone number, reference e-mail, and contract/agreement information. The Government will evaluate each Quoters experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (iii)Price - All line items will be reviewed for price reasonableness. All quotes submitted shall be the Contractor's Best Pricing. Submitted quotes must reflect unit prices, extended amounts, and an overall order total. *Note - Vendor must ensure this document is reviewed in its entirety. Failure to provide all required documents may determine your quote technically unacceptable. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) WAGE DETERMINATION (a) Offerors are advised that this procurement is subject to the requirements of the Service Contract Labor Standards (formerly known as the Service Contract Act of 1965). (b) The Contractor agrees to furnish the Contracting Officer a copy of any collective bargaining agreement applicable to employees performing under this contract. (c) The labor categories and wage rates that are applicable to this requirement are: Occupation Code(s), Occupational Title(s) and hourly rate(s): Wilmington, North Carolina 15050 - Computer Based Training Specialist / Instructor $30.11 per hour 15090 - Technical Instructor $18.45 per hour 15095 - Technical Instructor/Course Developer $22.57 per hour 15030 - Air Crew Training Devices Instructor (Pilot) $41.77 per hour 15070 - Flight Instructor (Pilot) $41.77 per hour ** Wage determinations listed above are those in which the Government believes may apply to this requirement. (End of Determination) PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE 52.204-2Security Requirements (Apr 1984) 52.204-7 System for Award Management (Jul 2013) 52.204-9Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-13 System for Award Management Maintenance (Jul 2013) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) 52.204-17 Ownership or Control of Offeror (Nov 2014) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015) 52.212-3 Alt I Offeror Representations and Certifications -- Commercial Items (Oct 2015) 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2015) 52.219-1 Alt ISmall Business Program Representations (Basic & Alternate I) (Dec 2014) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.224-1Privacy Act Notification 52.224-2Privacy Act 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-4Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-2Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.247-34F.o.b. Destination (Nov 1991) 252.201-7000 Contracting Officer's Representative (DEC 1991) 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (SEP 2011) 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (Sep 2013) 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (Nov 2011) 252.204-7003 Control Of Government Personnel Work Product (Apr 1992) 252.204-7004 Alternate A, System For Award Management (Feb 2014) 252.204-7008Compliance With Safeguarding Covered Defense Information Controls (Aug 2015) 252.204-7009 Limitations On The Use Or Disclosure Of Third-Party Contractor Reported Cyber Incident Information (Aug 2015) 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (Sep 2015) 252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law (Mar 2012) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012) 252.223-7006Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials-Basic (Sep 2014) 252.225-7001 Buy American And Balance Of Payments Program-Basic (Nov 2014) 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 2012) 252.225-7036 Buy American-Free Trade Agreements-Balance Of Payments Program-Basic (Nov 2014) 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (Jun 2012) 252.232-7010 Levies On Contract Payments (Dec 2006) 252.239-7009 Representation Of Use Of Cloud Computing (Sep 2015) 252.243-7001 Pricing Of Contract Modifications (Dec 1991) 252.247-7023 Transportation Of Supplies By Sea-Basic (Apr 2014) PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (May 2015) 52.222-25Affirmative Action Compliance (Apr 1984) 52.222-42Statement of Equivalent Rates for Federal Hires (May 2014) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998). 252.203-7997(dev)Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 5652.201-9002 Authorized Changes Only By Contracting Officer (2005) Section I 5652.204-9000 Individual Authorized To Sign (2014) Section K 5652.204-9002 Instructions For The Use Of Electronic Contracts (2007) Section I 5652.204-9003 Disclosure Of Unclassified Information And Notification Requirements For Cyber Security Breaches (2013) Section H 5652.204-9004 Foreign Persons (2006) Section K 5652.233-9000 Independent Review Of Agency Protests (2013) Section I 5652.237-9000 Contractor Personnel Changes (1998) Section I
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/MARSOC/H92257-17-Q-0024/listing.html)
 
Place of Performance
Address: Wilmington, North Carolina, 28412, United States
Zip Code: 28412
 
Record
SN04342168-W 20161206/161204233124-54e2c200a1d667b4910ea4cf5440d8eb (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.