Synopsis:
This is a new requirement. No incumbent. No Prior Contract. Period of performance for the training cannot be changed at this time. No guest internet access. This is combined synopsis/solicitation for commercial items prepared in accordance with the format prescribe in the Federal Acquisition Regulations (FAR) subpart 12.6, and subpart 13.106 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 request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2019-03 is effective June 12, 2019. This acquisition is set aside for 100 percent for small business set aside. The government shall not exercise any supervision or control over the contract services providers performing the services herein. Such contract service provider shall be accountable solely to the Contractor who, in turn is responsible to the Government. The results of this requirement will be a Firm-Fixed priced (FFP) contract. The right to make no award is reserved in the event it is advantageous to the Government to do so.
Contract Type and Evaluation Criteria:
Award will be made to the most responsive and responsible offeror whose offer results in the lowest total price that meets the minimum needs of the government and adheres to the requirements of the solicitation. The North American Industry Classification System (NAICS) code for this quote is 611430, Professional and Management Development Training. The small business size standard is $11.0 Million. This acquisitions is set aside 100 percent for Small Business.
Proposal Format
CLIN Description Unit of Issue Price Total
CLIN 1 30 Hr OSHA Training 40 Students Job
CLIN 2 10 Hr OSHA Training 40 Students Job
CLIN 3 Travel Job
TOTAL
If travel is included in total price please note as such.
Resumes of potential instructors to be included with quote package.
Destination/Delivery:
Dundalk Readiness Center,
2101 North Point Blvd,
Dundalk, MD 21222
Guest WIFI is not available
Period of performance is 3-6 September 2019 for the OSHA 30 Hour course and 10-11 September 2019 for the OSHA 10 Hour course.
Site Visit: No site visit will be conducted.
Acceptance Criteria: See PWS for acceptance criteria. Also, your solicitation package must include resumes of instructor/s identifying certifications requested. Please include CAGE CODE, TAX ID number.
Notes:
Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. System for Award Management (SAM) SAM.gov REGISTRATION IS FREE: There is NO FEE to register, or maintain your registration, in the System for Award Management (SAM.gov). If you receive an email from a company claiming to represent SAM.gov, be cautious. If you get an e-mail from a company offering to help you register in SAM.gov asking you to contact them and pay them money, be cautious. These messages are not from the Federal Government. It is FREE TO REGISTER in SAM.gov for any entity. You will need your DUNS number to register. Instructions for registering are on the web page provided.
The solicitation and associated information will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf
Applicable Clauses/Regulations:
52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/.
52.252-2, Clauses Incorporated by Reference
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/.
52.204-7, System for Award Management.
52.204-10, Reporting Executive Compensation on First-Tier Subcontract Awards
52.204-13, System for Award Management Maintenance.
52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.212-1, Instructions to Offeror -- Commercial items applies to this acquisition.
52.212-2, Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on technical acceptability and price.
Offeror must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current.
52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition.
52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial applies to this acquisition.
52.217-5, Evaluation of Options
52.217-8, Option to Extend Services
52.217-9, Option to Extend the Term of the Contract
52.219-6, Notice of Total Small Business Set-Aside
52.219-13, Notice of Set-Aside Orders
52.219-14, Limitations on Subcontracting.
52.219-28, Post Award Small Business Program Representation.
52.222-3, Convict Labor.
52.222-19, Child Labor-Cooperation with Authorities and Remedies.
52.222-21, Prohibition of Segregated Facilities.
52.222-26, Equal Opportunity.
52.222-36, Affirmative Action for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving.
52.225-13, Restrictions on Certain Foreign Purchases.
52.225-18, Place of Manufacture
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations
52.232-33, Payment by Electronic Funds Transfer
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.
52.237-3, Continuity of Services
52.245-1, Government Property
52.246-16, Responsibility for Supplies
52.247-34, F.O.B. Destination
252.203-7000, Requirements Relating to Compensation of Former DOD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.204-7004 Alt A, System for Award Management applies to this acquisition.
252.225-7001, Buy American and Balance of Payments Program
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 Payment
252.247-7023, Transportation of Supplies by Sea
Quotes shall be submitted by email, at [email protected]; no later than August 15, 2019 by 1:00 PM. Quotes shall be clearly marked with the RFQ#. Offerors are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, it will not be considered by the agency. If solicitation packages are incomplete they could be deemed as non-responsive. Telephone request will not be considered. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ.
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 via email at [email protected] no later than August 12, 2019 by 5:00 PM EST. Questions not received within the allowable time may not be considered.
Point of Contact:
USPFO for Maryland, Contracting Division at [email protected].
Contracting Office Address:
USP&FO for Maryland,
Purchasing and Contracting Division
301 Old Bay Lane
State Military Reservation
Havre de Grace, Maryland 21078-4003
United States
Primary Point of Contact:
Frank Harris
Contract Specialist
[email protected]
ATTACHMENTS:
1. Performance Work Statement
2. QASP
See Attached PWS