Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2019 FBO #6441
MODIFICATION

U -- Special Operations Forces (SOF) Role Players

Notice Date
7/11/2019
 
Notice Type
Modification
 
Contracting Office
2015 North 4th Street, Joint Base Lewis-McChord, WA 98466
 
ZIP Code
22030
 
Solicitation Number
W911S819R0013
 
Response Due
7/24/2019
 
Archive Date
1/20/2020
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: 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. The solicitation number is W911S819R0013 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 541930 with a small business size standard of $7.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-07-24 17:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be JBLM, WA 98433 The MICC Joint Base Lewis McChord requires the following items, Meet or Exceed, to the following: LI 001: Role Players for Platoon Full Mission Profiles (FMPs). The Contractor shall provide role players in support of the stated training objectives and tasks that will satisfy the Commander's intent for training. Please see attached Performance Work Statement for complete details., 1, EA; LI 002: Contractor Management Reporting. The Officer of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://www.ecmra.mil/Default.aspx. For further assistance, email the ECMRA Help Desk at DoD.ECMRA.Support.Desk@mail.mil., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Joint Base Lewis McChord intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Joint Base Lewis McChord is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The Contracting Officer (KO) at Mission and Installation Contracting Command, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this solicitation, and notwithstanding anything contained elsewhere in this solicitation, the said authority remains solely with the KO. In the event the Contractor or contractor employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the price of any subsequently awarded contract under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. Quotes will be evaluated based on price and technical acceptability. Quoter/Offeror certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quotes. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. These additional factors are listed within the Performance Work Statement under Requirement Qualifications and the FMP Requirements section. Quotes MUST be valid for 30 days after Request for Quote/solicitation ™s closing date. In accordance with FAR 19.102(b), the small business size standard is applied by classifying the product or service being acquired in the industry whose definition, as found NAICS Manual, best describes the principal nature of the product or service being acquired. The NAICS code selected for this acquisition is (000000, DESCRIPTION) with an applicable small business size standard of ($Mil or # Employees). Contact MarketplaceSupport@unisonglobal.com or call 1-877-933-3243 to address any questions for quotes utilizing Unison Marketplace. Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected and deemed non-responsive. The Vendor must pre-screen applicants using the E-verify Program (http://www.dhs.gov/E-Verify) website to meet the established employment eligibility requirements. The vendor must ensure that the applicant has two valid forms of government issued identification. All contractor employees, including subcontractor employees, requiring access to an Army or USSOCOM controlled installation, facility, or area shall comply with applicable security policies and procedures (provided by the government representative). This includes policies pertaining to the use or prohibition of electronic recorders, devices, cameras, etc. If the Contractor is required to take photographs or videos on a Government Installation, the Contractor must obtain written permission from the Senior Commander. The contractor shall also provide all information required for background checks to meet installation and facility access requirements to be completed by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. The contractor workforce must comply with all personal identity verification requirements as directed by DoD, HQDA, USSOCOM, USASOC and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should Force Protection Condition (FPCON) at any individual facility or installation change, the government may require changes in contractor security matters or processes. Per AR 530-1, Operations Security, new contract employees must complete OPSEC Level I training within 30 calendar days of reporting for duty. All contract employees must complete annual OPSEC Awareness Training. The Vendor shall comply with FAR 52.204-2, Security Requirements for access to information classified "Confidential", "Secret", or "Top Secret". The Vendor must execute a Security agreement (DD Form 441), IAW the National Industrial Security Program Operating Manual (DoD 5220.22-M) and any revisions to DoD 5220.22-M (Note: A DD Form 254 will be required for any contract that requires access to classified information and/or a security clearance.) The Vendor must obtain a Facility Clearance at the appropriate level (IAW the NISPOM DoD 5220.22-M) prior to the start of the contract awarded period of performance. Contractor personnel performing work under this contract must have the required security clearance at the appropriate level at the start of the period of performance. Security clearances and Facility Clearance (FCL) requirements are required to be maintained for the life of the contract in accordance with the DD254 attached to the contract. Upon identification of Lowest Priced Technically Acceptable Vendor, the contracting office will provide DD 254 for completion. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: [contract number] HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/38a24ab659e1b16f64b6d3836b6b67b1)
 
Place of Performance
Address: JBLM, WA 98433
Zip Code: 98433-5000
Country: US
 
Record
SN05367480-F 20190713/190711230103 (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.