1.0 Request For Quote
1.1 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05
1.2 Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (F
1.3 Applicable size standard is $17,000,000 for NAICS 541990; PSC R499
1.4 Place of performance: Performance shall be in Alpena and Lansing, Michigan
1.5 Period of performance is a base period of 12 months with three 12-month option periods
1.5.1 CLIN 0001 Base Period
1.5.2 CLIN 1001 Option Period 1
1.5.3 CLIN 2001 Option Period 2
1.5.4 CLIN 3001 Option Period 3
1.6 Requirement is detailed on Attachment B - Performance Work Statement
1.6.1 Wage determinations for the two counties are on Attachment C and D
1.6.2 Refer to Attachment E for applicable provisions and clauses
1.7 Travel is required during the performance of the service in accordance with PWS 1.4.12.
1.7.1 Travel is estimated at fifteen (15) times per year
1.7.2 Primary location for combined training exercise is at Fort McCoy, Wisconsin
1.7.3 Travel expenses will be approved prior to the event and not part of the quote.
2.0 Submission of Quote
2.1 Refer to clause 52.212-1 Instructions to Offerors for preparation of the quote. Attachment SF1449 is not required or provided in accordance with FAR 12.204.
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, expiration date of pricing (minimum of 60 days).
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.
2.4 Questions due: 22 August 2025, 12:30 pm Eastern Standard Time (EST)
Questions must be submitted via email to bonnie.l.reineer.civ@army.mil. Questions will not be answered via telephone.
2.5 Quotes due: 2 September 2025 – 12:30 p.m. Eastern Daylight Time (EDT)
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 Evaluation
3.1 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. The offer should provide the cost breakdown for comparison.
3.2 The option periods will be included in the evaluation as the total value of the bid.
4.0 SAM Registration
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.
5.0 NIST COMPLIANCE
5.1 in accordance with DFARS 252.204-7020, the contractor shall submit a self-assessment on safeguarding covered defense information that resides in or transits through covered contractor information systems by applying network security requirements.
5.2 National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 provides 110 controls that the contractor shall self-evaluate to determine compliance.
5.3 Assessment to be submitted on Procurement Integrated Enterprise Environment (PIEE) to login to the Supplier Performance Risk System (SPRS) module prior to submitting a quote.
5.4 The assessment shall be no more than three years since reporting.
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 is stated as Operating Unit which will allow for multiple invoices to be submitted.
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 total amount.
7.5.3 Invoices shall be submitted by the 5th of the following month of service performed.
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.