SOLICITATION NOTICE
U -- Cellebrite Training - W912LP-16-T-000T Attachments
- Notice Date
- 5/25/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa, 50131-1902
- ZIP Code
- 50131-1902
- Solicitation Number
- W912LP-16-T-0005
- Archive Date
- 7/12/2016
- Point of Contact
- Tracy C. Canada, Phone: 5152524616, Vicky L. Williams, Phone: 5152524615
- E-Mail Address
-
tracy.c.canada.mil@mail.mil, vicky.l.williams10.civ@mail.mil
(tracy.c.canada.mil@mail.mil, vicky.l.williams10.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 2 -Full Text Provisions and Clauses Attachment 1 - Performance Work Statement (PWS) 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, W912LP-16-T-0005, 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) 2005-88, effective 16 May 2016. This procurement is a 100% Small Business set-aside. The NAICS code is 611699 and the small business size standard is $11 million. The basis for award is Lowest Price Technically Acceptable. The following commercial services are requested in this solicitation: Contractor shall provide Technical Instruction Services for Cellebrite Training and Certification Courses in accordance with the Performance Work Statement (PWS) (reference Attachment 1). Contract line item numbers (CLIN) and quantities are as follows: CLIN 0001, Technical Instruction Services for Cellebrite Training and Certification courses, Base Period (Date of Award - 30 Sep 2016), Quantity (QTY)/Unit of Issue (U.I.): 2 each; CLIN 0002, Contractor Manpower Reporting, Base Period (completed no later than 31 Oct 2016), QTY/U.I.: 1 each; CLIN 1001, Technical Instruction Services for Cellebrite Training and Certification courses, Option Period 1 (1 Oct 2016 - 30 Sep 2017), QTY/U.I.: 3 each; CLIN 1002, Contractor Manpower Reporting, Option Period 1 (completed no later than 31 Oct 2017), QTY/U.I.: 1 each; CLIN 2001, Technical Instruction Services for Cellebrite Training and Certification courses, Option Period 2 (1 Oct 2017 - 30 Sep 2018), QTY/U.I.: 3 each; CLIN 2002, Contractor Manpower Reporting, Option Period 2 (completed no later than 31 Oct 2018), QTY/U.I.: 1 each; CLIN 3001, Technical Instruction Services for Cellebrite Training and Certification courses, Option Period 3 (1 Oct 2018 - 30 Sep 2019), QTY/U.I.: 3 each; CLIN 3002, Contractor Manpower Reporting, Option Period 3 (completed no later than 31 Oct 2019), QTY/U.I.: 1 each; Descriptions: CLINS 0001, 1001, 2001, and 3001: Technical Instruction Services for Cellebrite Training and Certification courses, as described within the Performance Work Statement. CLINS 0002, 1002, 2002, and 3002: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Army collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at http://www.ecmra.mil/. The following is applicable to this acquisition: The Department of Defense Activity Address Code (DODAAC) is W912LP. The Unit Identification Code (UIC) for the requiring activity is W8A0AA. The following provisions are incorporated into this solicitation by reference: FAR 52.212-1, Instruction to Offerors - Commercial Items FAR 52.209-7, Information Regarding Responsibility Matters DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008 (DEV 2016-O0001), Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons DFARS 252.225-7031, Secondary Arab Boycott of Israel The following clauses are incorporated into this solicitation by reference: FAR 52.203-3, Gratuities FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.232-18, Availability of Funds FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.217-8, Option to Extend Services DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7997 (DEV 2016-O0003), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7012 (DEV 2016-O0001), Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.239-7010, Cloud Computing Services DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment 2 titled "Solicitation W912LP-16-T-0005 Full-Text Provisions and Clauses." FAR 52.212-2, Evaluation - Commercial Items DFARS 252.203-7996 (DEV 2016-O0003), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Offerors shall include completed copies of the certifications within the following provisions with their offer.) FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I DFARS 252.239-7009, Representation of Use of Cloud Computing The following clauses are incorporated by full text. The full text is found in Attachment 2 titled "Solicitation W912LP-16-T-0005 Full-Text Provisions and Clauses." FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.222-49, Service Contract Act - Place of Performance Unknown DFARS 252.232-7006, Wide Area Workflow Payment Instructions Submission Requirements: All quotes shall reference the RFQ number. Offeror shall provide a firm-fixed price per iteration for CLINS 0001, 1001, 2001 and 3001. Provide a firm-fixed price or indicate "no charge" for CLINS 0002, 1002, 2002 AND 3002. In addition to pricing, provide documentation that offeror is an authorized Cellebrite reseller and that all proposed instructor(s) are certified by Cellebrite to conduct the requested training courses. Proposals are due at 11:00 a.m. local (central) time on 27 June 2016 at USPFO for Iowa, Camp Dodge, ATTN: SFC Tracy Canada, 7105 NW 70th Avenue, Bldg 3475, Johnston, Iowa, 50131-1824. Proposals may be submitted via e-mail to SFC Tracy Canada, tracy.c.canada.mil@mail.mil AND Ms. Vicky Williams, vicky.l.williams10.civ@mail.mil. Facsimile proposals will not be accepted. Questions regarding this solicitation may be directed to SFC Tracy Canada, Contract Specialist, at (515) 252-4616 or Ms. Vicky Williams, Contracting Officer, at (515) 252-4615 or emailed to BOTH addresses identified for receipt of quotations.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-16-T-0005/listing.html)
- Place of Performance
- Address: The MCTC service area covers the 54 states and territories, and class iterations may be conducted at any location within this area. Most courses are conducted at the MCTC main campus at Camp Dodge, 7105 NW 70th Avenue, Johnston, Iowa 50131-1824 or other locations within the continental United States., United States
- Record
- SN04128917-W 20160527/160525234825-98abd048a70aa4872028730358db60a4 (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 |