Agency: | DEPT OF DEFENSE |
---|---|
State: | Michigan |
Type of Government: | Federal |
FSC Category: |
|
NAICS Category: |
|
Set Aside: | Total Small Business Set-Aside (FAR 19.5) |
Posted Date: | May 23, 2024 |
Due Date: | May 30, 2024 |
Solicitation No: | W912JB-24-Q-0035 |
Original Source: | Please Login to View Page |
Contact information: | Please Login to View Page |
Bid Documents: | Please Login to View Page |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available.
Solicitation number: W912JB-24-Q-0035
Request For Quote (RFQ)
Title: Exercise Integrator
Restriction: Total small business set-a-side
NAICS: 541990 All Other Professional, Scientific and Technical Services
Size Standard: $ 19.5 million
Issue date: 16 May 2024
Closing date: 30 May 2024
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format inFAR subpart 12.6, FAR 13 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
1.0 REQUEST FOR QUOTE
1.1 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04.
1.2 Small business set aside is 100% Total Small Business
1.3 Applicable size standard is $19.5 million.
1.4 Place of performance: Performance shall be at Lansing, Michigan.
1.5 Period of performance is period of 12 months
1.6 Requirement is on the Performance Work Statement which is attached.
1.7 CLIN structure:
1.7.1 0001 Services for 12 months
1.7.6 Travel shall be to the following locations:
1.7.6.1 Camp Grayling, Grayling, Michigan
1.7.6.2 Alpena Combat Readiness Training Center in Alpena, Michigan
1.7.6.3 Fort Custer Training Center, Augusta, Michigan
1.7.7 Travel is not to exceed a specified amount; it is not evaluated as part of the quote.
2.0 QUOTE FORMAT
2.1 Refer to clause 52.212-1 Instructions to Offerors for preparation of the quote. An SF1449 is not required in accordance with FAR 12.603(b)
2.2 Offers should include the solicitation number, contractor name and address, point of contact name, phone and email address, CAGE code, unique entity identifier, tax identification number, and expiration date of pricing (minimum of 60 days).
2.2.1 The offer shall include the resume of the contractor’s employee who will be providing the service. The resume must show military experience within five years and at a battalion level or higher.
2.3 Pricing of the offer shall include substantiating data of the price proposal to establish that the proposed price is reasonable and complete. The offer should include the breakdown of labor and the applicable category on the Department of Labor’s Wage Determinations. Pricing must be divisible by 12 (billing monthly during the life of the contract).
2.4 Questions due: 22 May 2024, 12:30 pm Eastern Standard Time (EST) Questions must be submitted via email to kelli.m.kelley3.civ@army.mil. Questions will not be answered via telephone.
2.5 Quotes due: 30 May 2024 – 12:30 p.m. Eastern Standard Time (EST) The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification for ambiguity.
3.0 TECHNICAL CAPABILITY
3.1 The proposal shall present relevant information articulating the offeror’s proposed approach to meeting the PWS requirements. This section shall clearly demonstrate the offeror’s understanding by providing a clear description of the proposed approach to performing the work. The offeror’s description should include a clear description of all processes and procedures employed. Offerors shall provide relevant experience (for this purpose, experience refers to what an offeror has done, not how well it was accomplished) in performing proposed processes and procedures.
3.4 Contractor employees shall have a favorable background investigation or hold a security clearance and access approvals commensurate with the level of information processed or available on the system.
3.5 Contractor employees will generate and analyze information classified as Secret. The DD254 is Attachment F to initiate the secret clearance upon award.
4.0 Evaluation
4.1 The offer will be evaluated for price reasonableness compared to the Government’s anticipated pricing based on the Department of Labor’s employee cost index and wage determinations.
4.2 The government intends to award to the responsible company whose quote, conforming to the solicitation, is most advantageous to the government based on price and other factors that provide the best value.
4.3 Best value will be determined by evaluating price, past performance, and technical approach. Technical capability will be rated as acceptable or unacceptable.
4.4 Unsatisfactory action in FAPIIS or SPRS in the last three years may render your quote unacceptable.
5.0 SAM Registration/Joint Venture
In accordance with Class Deviation 2023-O0001 effective October 28, 2022, a small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:
A) Small business;
(B) Service-disabled veteran-owned small business;
C) Women-owned small business (WOSB) under the WOSB Program;
(D) Economically disadvantaged women-owned small business under the WOSB Program; or
(E) Historically underutilized business zone small business.
6.0 Award
6.1 In accordance with FAR 12.207, a firm-fixed contract shall be issued.
6.2 The contractor shall communicate with the Contracting Officer Representative (COR) to schedule the preliminary performance.
7.0 Billing Instructions
7.1 Invoice terms are Net 30 days.
7.2 Invoices must be for services performed. Invoices will not be accepted for billing future services during the period of performance.
7.3 Inspection and acceptance will be at Lansing, Michigan.
7.4 Quantity for services corresponds to the number of invoices to be submitted once per month for the time of performance.
7.5 Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil).
7.5.1 Instructions are on clause 252.232-7006.
7.5.2 The invoiced amount for the CLIN shall not exceed the unit of issue amount.
7.5.3 Invoices shall be submitted on a monthly basis.
7.5.4 The Contracting Officer Representative (COR) has seven days to inspect the submitted invoice, and seven days to accept or reject the invoice. Once accepted, the request is submitted to the USPFO Pay Office for processing; when approved, the request is sent to DFAS for EDI transmission to the contractor.
May 16, 2024 | [Combined Synopsis/Solicitation (Original)] Exercise Integrator |
With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
Charter Township of West Bloomfield Professional Grant Writer- CANCELLED AND WILL BE RE-POSTED
West Bloomfield charter township
Bid Due: 2/13/2025
Follow Notice of Intent to Sole Source - Oakland University Active Contract Opportunity
DEPT OF DEFENSE
Bid Due: 2/20/2025
Title Farrier Services for Detroit Police Department Mounted Unit Negotiation Type REQUEST FOR
City of Detroit
Bid Due: 2/14/2025
BID NO BID NAME BID DUE DATE AND TIME BID AWARDED TO 25-434
Genesee County
Bid Due: 2/27/2025