SOLICITATION NOTICE
99 -- INTEGRATED SURVEY EQUIPMENT TRAINING UTILIZING THE HAPSITE GC/MS, FTIR, AND RAMAN IR TECHNOLOGIES
- Notice Date
- 5/31/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
- ZIP Code
- 39208-8860
- Solicitation Number
- W9127Q-12-T-0020
- Response Due
- 6/11/2012
- Archive Date
- 8/10/2012
- Point of Contact
- Robert Mayhue, 6013131700
- E-Mail Address
-
USPFO for Mississippi
(robert.mayhue@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. SEE ATTACHED STATEMENT OF WORK: 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; proposals are being requested and a written solicitation will not be issued. This solicitation number W9127Q-12-T-0020 is issued as a Request for Proposal. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-50. CLIN 0001: INTEGRATED SURVEY EQUIPMENT OPERATORS COURSE. Contractor shall provide training, and training manuals/materials to meet the Civil Support Team (CST) requirement of sampling, inspection, maintenance, and regular Proficiency Analytical Testing utilizing various HAZMAT detection and analysis capabilities. The intent of this training is to provide a combined training course for the integrated use of the HAPSITE, FirstDefender, and HAZMATID technologies. The Contractor's Integrated Survey Equipment Training Course would teach the use of all three instruments while focusing on the CST's specialized concept of operation. This Course should also train the CST members on the interoperability of the three technologies when used together and as well as individually. Each piece of equipment trained on uses technologies that are very specific to the materials being analyzed. This Course shall train the user on differentiating between the materials and teaches them the right technology to use in different situations. Delivery/Training shall be conducted at the CST in Flowood, Mississippi 16-20 July, 2012. CLIN 0002: TRAVEL. Contractor shall be reimbursed for its reasonable travel expenses. The following FAR provisions apply: FAR 52.212-1, Instructions to Offerors - Commercial Items. FAR 52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate offers: Technical and Price. Technical is approximately equal to Price. It is the burden of the offeror to include all applicable technical information with their proposal. Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, with its offer. If offeror is registered in ORCA, Reps and Certs are not required; however, offeror must indicate such with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items. Applicable FAR Clauses cited within 52.212-5 are as follows: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6, Notice of Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-41, Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires. Wage Determination No. 2005-2297, Revision No. 10 is in effect for this Requirement. FAR 52.222-50, Combating Trafficking in Persons, 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.223-3, Hazardous Material Identification and Material Safety Data; 52.223-5, Pollution Prevention and Right to Know Information; 52.223-11, Ozone-Depleting Substances; 52.225-18, Place of Manufacture; 52.237-1, Site Visit; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 52.243-1, Changes-Fixed Price; 252.204-7004, Alt. A, Central Contractor Registration (52.204-7) Alternate A; 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7036, Buy American - Free Trade Agreement - Balance of Payments Program; 252.232-7010, Levies on Contract Payments; 52.204-7, Central Contractor Registration; 52.219-1, Small Business Program Representations; 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products; 52.222-25, Affirmative Action Compliance; 52.233-4, Applicable Law for Breach of Contract Claim; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2, Clauses Incorporated By Reference; 252.223-7001, Hazard Warning Labels. Full text of these clauses may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. This announcement is the solicitation which will result in a firm fixed-price contract. Proposals are due no later than 11:00 AM CDT, June 11, 2012 to: NGMS-PFO-PC, Attn: Captain Robert Mayhue, 144 Military Drive, Flowood, MS 39232-8861. Quotations may be emailed to robert.mayhue@us.army.mil. CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov/. POINTS OF CONTACT: Technical questions regarding this requirement may be addressed to Captain Robert Mayhue at 601-313-1700 or robert.mayhue@us.army.mil. The Contracting Office's web site is located at http://www.ngms.state.ms.us/uspfo/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-12-T-0020/listing.html)
- Place of Performance
- Address: USPFO for Mississippi/CST Team 144 Military Drive, Jackson MS
- Zip Code: 39208-8860
- Zip Code: 39208-8860
- Record
- SN02762057-W 20120602/120531235145-c8838bfad3fc10cf725121d597e6b117 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |