This is a combined synopsis/solicitation for commercial items 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 being requested. A written solicitation will not be issued.
The solicitation number is W912JB-19-Q-0064. This combined synopsis/solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. This requirement is set-aside for Service Disabled Veteran Owned Small Business (SDVOSB). The associated NAICS code is 541990 All Other Professional, Scientific and Technical Services. The small business size standard is $15 million.
The prospective awardee must have an active registration in www.sam.gov at the time of award. Vendors are encouraged to verify that their registration is active prior to submitting a quote. If the prospective awardee is not active in SAM data base at the time of award, the prospective awardee will be allowed 24 calendar days to become registered and active in SAM. The award will proceed to the next otherwise successful registered and active offeror if the prospective offeror does not become registered and active by the 24th calendar day deadline.
This is a firm fixed price requirement for services and components in providing Liaison Training and Development, Office and Administrative Support, Consultation Services as defined in the Performance Work Statement (PWS). The period of performance shall be one year (12months).
CLIN Item
0001 Direct labor
0002 Travel
0003 Contractor Manpower Reporting Application (CMRA)
0004 Defense Base Act Insurance (DBA) .....Cost Base CLN
The Government intends to award to a VOSB that meets all the requirements listed in the PWS and to a responsible company whose quote, conforming to the terms and conditions of the solicitation, is most advantageous to the government based on price and other factors that provide the best value to the government. Best value will be determined by evaluating each quote for price, past performance, and specialized experience. All evaluation factors are approximately equal.
Specialized Experience:
1. In EUCOM Concept Funding Request (CFR) system
2. In USAREUR JELC timelines and events
3. Dealing with the Latvian Ministry of Defense and the roles and responsibilities of each
sections within the MoD
4. Communication in Latvian language (does not need to be fluent).
5. Experience with supporting execution of USAREUR led exercises within the country of Latvia
7. Military Travel Liaison Experience
Location of performance will be at Lansing Joint Forces Headquarters (JFHQ), Grayling Joint Maneuver Training Center, Grayling Michigan, and U.S Embassy to Joint National Army Forces, Headquarters in Riga, Latvia.
Invoices must be submitted through Wide Area Work Flow (https://wawf.eb.mil).
QUOTATION PREPARATION INSTRUCTIONS:
(1) Contact/Company Information
point-of-contact name, address, e-mail, and telephone number
CAGE code and DUNS number
The contracting officer is not responsible for locating or obtaining any information not identified in the quote.
(2) Pricing
Price quotes must be firm-fixed price.
Price quotes must include unit prices and extended amounts for each line item (i.e., multiply the unit price and quantity for each line item).
Include the total price (i.e., sum of all extended amounts) in the price quote.
Prices must be valid for 60 days.
(3) Technical information/descriptive literature. Offerors must submit capability information that adequately demonstrates their quote meets the requirement listed in the PWS. A general statement of compliance or restatement of the minimum standards is insufficient. Ensure the capability information addresses each requirement, includes CAGE code as assigned in www.sam.gov, core competencies and ability to meet the requirements in the solicitation. Contact your local PTAC office at the Small Business Administration for assistance in creating a capability statement.
The Government may not consider quotes that fail to include all of the information requested in this solicitation.
Questions are due by 4:30 pm, Eastern Time, 21 June 2019, and must be submitted via email. Questions will not be answered via telephone. Offers are due at 12:00 pm, Eastern Time on 25 June 2019. Email quotes directly to [email protected]. Do not submit quotes on FBO; they will not be accepted. It is the vendor's responsibility to monitor this site for any amendments. The government is not responsible for any attachments that are rejected by the cyber security due to corruption or virus extensions. It is the offeror's responsibility to contact the POC to verify the quote is received PRIOR to the date and time set for the due date of RFQ.
APPLICABLE PROVISIONS AND CLAUSES
The following clauses (expect provision) will be included in the award (details can be located on www.acquisition.gov):
FAR:
52.203-11* Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
52.203-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment
52.203-19 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements
52.204 16* Commercial and Government Entity Code Reporting
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-18 Commercial and Government Entity Code Maintenance
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-1* Instructions to Offerors- Commercial Items
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
52.217-5 Evaluation of Options
52.217-8 Option to Extend Services
52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. (DEVIATION 2019-O0003) 52.219-8 Utilization of Small Business Concerns
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-17 Nondisplacement of Qualified Workers
52.222-21 Prohibition of Segregated Facilities
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 Labor Contract Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-43 Fair Labor Standards Act and Services Contract Labor Standards-Price Adjustment
52.222-50 Combating Trafficking in Persons
52.222-55 Minimum Wages Under Executive Order 13658
52.222-62 Paid Sick Leave Under Executive Order 13706
52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer System for Award Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
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
52.252-2 Clauses Incorporated by Reference
52.252-6 Authorized Deviations in Clauses
DFARS:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirements to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support Contractors
252.222-7007* Representation Regarding Combating Trafficking in Persons252.225-7048 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
252.247-7023 Transportation of Supplies by Sea
Provision Full Text*
52.222-22 Previous Contracts and Compliance Reports (Feb 1999)
The offeror represents that --
(a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation;
(b) It * has, * has not filed all required compliance reports; and
(c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards.
(End of Provision)
52.233-2 -- Service of Protest (Sep 2006)
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer at 3423 N Martin Luther King Jr. Blvd, Lansing, MI 48906 by obtaining written and dated acknowledgment of receipt from Contracting Officer.
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of Provision)
(*): Provisions.