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: proposals are being requested and a written solicitation will not be issued. W91243-22-Q-RD01 is being issued as a Request for Quote (RFQ). This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06 Dated 26 May 2022. This is set-aside for small business with the NAICS code of 611699, $12,000,000.00.
One line item:
CLIN 0001: Non-personal services contract to provide Region VII EXEVAL Structural Collapse Venue Site (SCVS) support; and provide and manage contractor role players, moulage and weighted manikins according to the PWS dated 19 January 2022, Quantity of 1 each.
Exercise Dates will be 02-05 November 2022.
Location will be at 785 County Road J, Yutan, Nebraska 68073.
Questions are due by 25 July, 2022.
Evaluation Process: Offeror quotes shall be evaluated under FAR 13.1062(b) – Evaluation of Quotations or Offers. Therefore, the Government is not obligate to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15.
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. The following factors shall be used to evaluate offers:
- Price
- Offeror will provide one quote for CLIN 0001.
- Ensure your representations and certifications are complete in the System for Award Management (SAM, https:/www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3.
- Past Performance
- Provide three (3) references of work, similar in scope and size, with the requirement detailed in the Performance Work Statement. References must include contact information, a brief description of the work completed, and contract number (if relevant). The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources.
- Technical: The offeror’s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Performance Work Statement in a timely efficient manner.
- Contractor shall demonstrate their relevant experience and approach to meet all requirements stated in the Performance Work Statement.
NOTE: For the purposes of evaluating relevant experience, the following definitions apply: “Relevant” is defined as similar in size, scope, and complexity of environmental equipment.
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.204-18 Commercial and Government Entity Code Maintenance
52.204-20 Predecessor of Offeror
52.204-21 Basic Safeguarding of Covered Contractor Information Systems
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26 Covered Telecommunications Equipment or Services--Representation
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 Products and Commercial Services
52.212-2 Evaluation—Commercial Products and Commercial Services
Award will be based on “BEST VALUE” to the government.
- 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.
- Price
- Technical
- Past Performance
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I
52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
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 Policies to Ban Text Messaging While Driving
52.232-33 Payment by Electronic Funds Transfer—System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
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
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.225-7048 Contractor Personnel Supporting U.S. Armed Forces Deployed Outside the United States
252.225-7048 Export-Controlled Items
252.225-7974 "Representation Regarding Persons that have Business Operations with the Maduro
Regime (DEVIATION 2020-O0005)"
252.225-7980 Contractor Personnel Performing in the United States Africa Command Area of Responsibility (DEVIATION 2016-O0008)
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
252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000 Subcontracts for Commercial Items