RFQ: EXEVAL HRF Training Support, 15-19 JUL 2024, Salina KS

Agency: DEPT OF DEFENSE
State: Kansas
Type of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Posted: Apr 22, 2024
Due: May 9, 2024
Solicitation No: W912NS24Q2005
Publication URL: To access bid details, please log in.
Follow
RFQ: EXEVAL HRF Training Support, 15-19 JUL 2024, Salina KS
Active
Contract Opportunity
Notice ID
W912NS24Q2005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NJ USPFO ACTIVITY MO ARNG
Looking for contract opportunity help?

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).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Apr 22, 2024 09:45 am CDT
  • Original Published Date: Apr 16, 2024 11:08 am CDT
  • Updated Date Offers Due: May 09, 2024 01:00 pm CDT
  • Original Date Offers Due: May 09, 2024 01:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 24, 2024
  • Original Inactive Date: May 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R429 - SUPPORT- PROFESSIONAL: EMERGENCY RESPONSE/DISASTER PLANNING/PREPAREDNESS SUPPORT
  • NAICS Code:
    • 541611 - Administrative Management and General Management Consulting Services
  • Place of Performance:
    Lindsborg , KS 67456
    USA
Description

22 April 2024 - Changes Summary:



The EXEVAL HRF Training Support, 15-19 JUL 2024, Salina KS Combined Synopsis/Solicitation W912NS24Q2005 is hereby amended as follows:



1.) The numbers of Casualty Role Players required for 16-19 JUL 2024 has been updated/corrected in the Technical Exhibit 3 on pages 22-25 in the attached B8 - PWS (Amendment 1).



2.) The requirement for two ICS Role Players has now been deleted (strikethrough) in the Technical Exhibit 3 on pages 22-25 in the attached B8 - PWS (Amendment 1).



---- No other Changes ----



This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. This solicitation W912NS24Q2005 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03. This is a Service-Disabled Veteran-Owned Small Business Set-Aside and only qualified vendors may quote. The contracting officer will confirm that an SDVOSB concern is certified by the Small Business Administration (SBA) by verifying on the SBA Veteran Small Business Certification website and that the offeror has represented its status in the System for Award Management (SAM). The North American Industry Classification System (NAICS) Code: 541611 – Administrative Management and General Management Consulting Services, and the Federal Product/Service Code: R429 - Support-Professional: Emergency Response/Disaster Planning/Preparedness Support. The small business size standard is $24,500,000.



The following commercial items are requested:



CLIN 0001: Program Management (Task 5.1)



CLIN 0002: SCVS Reset Support (Task 5.2)



CLIN 0003: SCVS Training Support (Task 5.3)



CLIN 0004: Role Player, Moulage, Trauma Mannequin Support (Task 5.4)



CLIN 0005: Contractor’s Status Report and AAR Comments (Task 5.5)



See attached file “B8 - Performance Work Statement (PWS)” file for the detailed requirements.



Delivery, FOB Destination: Crisis City, 6401 W. M60 Rd, Lindsborg KS 67456



Question Instructions: Email Stephen Miller at stephen.j.miller1.civ@army.mil and Ed Roman at Hediberto.roman.civ@army.mil. All questions shall be submitted by 1:00 P.M./1300 Central Time on 03 May 2024.



Quote Submission Instructions: Submit your quote on Company Letter Head (include CAGE). Offeror shall utilize the Contract Line-Item Number (CLIN) structure when submitting Quote. Quote Price shall include any delivery charges FOB-Destination and other costs and shall ensure the product specifications fully meet criteria of the RFQ and PWS. Quote will need to demonstrate that you have capabilities to perform the requirements detailed in the PWS and/or list any exceptions that you have with the PWS requirements. Vendor shall briefly describe in narrative format (no more than five (5) written pages) its approach and capabilities to perform the PWS requirements, particularly the offeror’s plan to fulfill Tasks 5.2, 5.3, and 5.4. Quote shall be good for a minimum of 30 days from the closing date of this RFQ. If offeror fails to fully demonstrate its quote meets the PWS requirements, they shall be considered not acceptable or non-responsive.



Submit quotes electronically via email to Stephen.j.miller1.civ@army.mil and Hediberto.roman.civ@army.mil utilizing the following subject: RFQ W912NS24Q2005 "Company Name". All quotes shall be submitted by 1:00 P.M./1300 Central Time on 09 May 2024. Late submissions will not be considered.



Basis of Award: Best Value. The government will award based on the best value to the government, in accordance with FAR 13.106-1(a)(2). Offers will be evaluated by:



(1) Price,



(2) Past Performance, which may be analyzed through the Supplier Performance Risk System (SPRS), SAM Responsibility / Qualification (formerly FAPIIS), Contractor Performance Assessment Reporting System (CPARS), references, historical and local reviews. The government will assess each offeror's past performance record as either "Low," "Neutral," or "High."



(3) Government’s confidence in the vendor’s approach and capabilities to perform the PWS requirements, which will be assessed through analysis of the offeror’s narrative description of its planned approach. Each vendor submission will either receive a "Substantial Confidence," "Satisfactory Confidence," "Limited Confidence," "No Confidence," or "Unknown Confidence (Neutral)" rating.



Award Type: will be a firm-fixed price purchase order. The Missouri National Guard reserves the right to look at past performance, references, and SBA certificate of competency before finding technically acceptable. This solicitation requires registration in the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.



Payment: invoiced and paid through Wide Area Workflow (WAWF).



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.



The following provisions and clauses apply to this acquisition:



PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE:



FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Deviation 2024-O0002) (JAN 2024),



FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017),



FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017),

FAR 52.204-7 System for Award Management (OCT 2018),

FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020),



FAR 52.204-13 System for Award Management Maintenance (OCT 2018),

FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020),



FAR 52.204-17 Ownership or Control of Offeror (AUG 2020),

FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020),



FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014),



FAR 52.204-20 Predecessor of Offeror (AUG 2020),



FAR 52.204-22 Alternative Line Item Proposal (JAN 2017),



FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021),

FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021),

FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021),

FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020),



FAR 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023),



FAR 52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023),



FAR 52.204-30 Federal Acquisition Supply Chain Security Act Orders-Prohibition (DEC 2023),



FAR 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred Suspended, or Proposed for Debarment (NOV 2021),

FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015),



FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016),

FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (MAR 2023),



FAR 52.212-3 Offeror Representations and Certifications -- Commercial Products and Commercial Services (Deviation 2024-O0002) (JAN 2024),



FAR 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services (DEC 2022),



FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Deviation 2024-O0002) (JAN 2024),



FAR 52.215-8 Order of Precedence-Uniform Contract Format (OCT 1997),



FAR 52.219-1 Small Business Program Representations (Deviation 2024-O0002) (JAN 2024),

FAR 52.219-8 Utilization of Small Business Concerns (Deviation 2024-O0002) (JAN 2024),



FAR 52.219-28 Post-Award Small Business Program Rerepresentation (Deviation 2024-O0002) (JAN 2024),



FAR 52.222-3 Convict Labor (JUN 2003),



FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015),



FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999),



FAR 52.222-26 Equal Opportunity (SEP 2016),



FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020),



FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020),



FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021),



FAR 52.232-33 Payment by Electronic Funds Transfer—System for Award Management (OCT 2018),



FAR 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013),

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021),

FAR 52.233-3 Protest After Award (AUG 1996),

FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004),



DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011),



DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022),

DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022),



DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992),

DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016),

DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (JAN 2023),

DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (JAN 2023),



DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023),



DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (SEP 2019),



DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2023),



DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (SEP 2014),



DFARS 252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023),

DFARS 252.225-7001 Buy American and Balance of Payments Program (DEC 2017),



DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (MAR 2022),



DFARS 252.225-7036 Buy American—Free Trade Agreements--Balance of Payments Program (JAN 2023),



DFARS 252.225-7048 Export-Controlled Items (JUNE 2013),



DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (JAN 2023),



DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023),



DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation (JUN 2023),



DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JUN 2023),



DFARS 252.232-7003 Electronic Submission of Payment Requests and receiving reports (DEC 2018),

DFARS 252.232-7006 Wide Area Workflow Payment Instructions (JAN 2023),

DFARS 252.232-7010 Levies on Contract Payments (DEC 2006),



DFARS 252.243-7001 Pricing of Contract Modifications (DEC 1991),

DFARS 252.244-7000 Subcontracts for Commercial Items (JAN 2023),

DFARS 252.247-7023 Transportation of Supplies by Sea (JAN 2023),



FAR PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT:



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/these address(es):



https://www.acquisition.gov/



(End of provision)



52.252-2 Clauses Incorporated by Reference. (Feb 1998)



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/these address(es):



https://www.acquisition.gov/



(End of clause)



52.252-5 Authorized Deviations in Provisions. (Nov 2020)



(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.



(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.



(End of clause)



52.252-6 Authorized Deviations in Clauses (NOV 2020)



(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.



(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.



(End of clause)


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR MOARNG DO NOT DELETE 7101 MILITARY CIRCLE
  • JEFFERSON CITY , MO 65101-1200
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Apr 16, 2024[Combined Synopsis/Solicitation (Original)] RFQ: EXEVAL HRF Training Support, 15-19 JUL 2024, Salina KS
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL
* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.