Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2018 FBO #5937
SPECIAL NOTICE

U -- Structural Coallapse Venue Site Services - Volk Field Camp Williams National Guard Base SCVS PWS

Notice Date
2/22/2018
 
Notice Type
Special Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Wisconsin, 1 Williams Street, Camp Douglas, Wisconsin, 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J2-18-R-0002
 
Archive Date
3/24/2018
 
Point of Contact
Zachary R. Tevis, Phone: 6084277277, Kayla Krueger, Phone: 6083018263
 
E-Mail Address
zachary.r.tevis.mil@mail.mil, kayla.m.krueger6.mil@mail.mil
(zachary.r.tevis.mil@mail.mil, kayla.m.krueger6.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PWS SCVS Services This is a notice of the Wisconsin Army National Guard's intent to award a sole source Purchase Order to the State of Wisconsin, Department of Military Affairs, REACT. This notice, W912J2-18-R-0002, is being issued as a sole source notification with award going to a State entity. Responses to challenge this notice will be restricted to a small business set-aside. Northern America Industry Classification System Code (NAICS) is 611699, All Other Miscellaneous Schools and Instruction. The Wisconsin National Guard CERF-P has a requirement for the State of Wisconsin to provide training and support of the following services: LIGHT COLLAPSE VENUE HEAVY COLLAPSE VENUE INCIDENT COMMAND STAFF INCIDENT ACTION PLAN DEVELOPMENT COMMAND POST FACILITIES SCENARIO DESIGN AND DEVELOPMENT PLANNING CONFERENCE ATTENDANCE PLANNING TEAM MEETING ATTENDANCE EXERCISE EXECUTION SERVICES SME OBSERVER SME CONTROLLER SME EVALUATOR SME SAFETY SMALL TOOL KIT LARGE TOOL KIT LUMBER FOR SHORING CONCRETE AND STEEL MANIKINS LOGISTICAL SUPPORT SERVICES CLASSROOM AND MEETING FACILITIES DESIGN, PLAN AND PREPARE ELEMENT TRAINING NFPA 1006 ROPE RESCUE LEVEL 1 NFPA 1006 ROPE RESCUE LEVEL 2 NFPA 1006 CONFINED SPACE RESCUE LEVEL 1 NFPA 1006 CONFINED SPACE RESCUE LEVEL 2 NFPA 1006 TRENCH RESCUE LEVEL 1 NFPA 1006 TRENCH RESCUE LEVEL 2 NFPA 1006 STRUCTURAL COLLAPSE RESCUE LEVEL 1 NFPA 1006 STRUCTURAL COLLAPSE RESCUE LEVEL 2 NFPA 1006 CONFINED SPACE RESCUE LEVELS 1 & 2 NFPA 1006 TRENCH RESCUE LEVELS 1&2 HAZMAT AWARENESS AND OPERATIONS HAZMAT TECHNICIAN FIRE OFFICER I FIREOFFICER II FIRE OFFICER III FIRE OFFICER IV FIRE INSPECTOR I FIRE INSPECTOR II FIRE INSPECTOR III FIRE INSTRUCTOR I FIRE INSTRUCTOR II FIRE INSTRUCTOR III PHTLS VEHICLE EXTRICATON I VEHICLE EXTRICATON II HAZMAT OPS ROPE RESCUE REFRESHER TRAINING CONFINED SPACE REFRESHER LIFTING AND MOVING REFRESHER SHORING REFRESHER BREACHING AND BREAKING REFRESHER METAL BURNING REFRESHER SEARCH REFRESHER CERTIFIED SEARCH AND EXTRACTION BASIC CERTIFIED SEARCH AND EXTRACTION ADVANCED All services must be provided at/on Volk Field - Camp Williams, Camp Douglas, WI. The State of Wisconsin, Department of Military Affairs, REACT currently operates a Structural Collapse Venue Site ("Rubble Pile") to facilitate this training on Volk Field-Camp Williams. Per discussion with real estate owners, a second site on Volk Field-Camp Williams will not be contemplated due to space and safety restrictions. See the attached performance work statement for details. The contract type for this procurement will be a firm-fixed price contract for a period not to exceed 12 months. Evaluations Factors: This is a sole source contract, with pricing estimated and negotiated by the government to achieve best value. Best value will be determined as a function of how well a proposal matches the requirement, if vendor demonstrates sufficient experience in providing the service, and cost. The government may award to other than lowest price. If your company or organization can provide the same services detailed in the notice and can provide evidence of past performance with these courses you may submit a proposal to challenge this intent to award sole source. All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. Quotes must include CAGE/DUNS number, federal tax number and company's point of contact information. Please provide your submission to the United States Property and Fiscal Office Purchasing and Contracting Division no later than 9am (Mountain) 5 February 2018. All submissions should be sent via email to: otha.b.henderson.mil@mail.mil. Facsimiles are not acceptable. Question regarding this requirement must be submitted via email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered. In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Offers may obtain information on registration at www.sam.gov. Failure to provide SAM registration may result in your quote being disqualified from consideration. The following provisions and clauses are applicable to this solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.203-6 Alt 1 - restrictions on Subcontractor Sales to the Government FAR 52.204-4 - Printed or Copied Double Sided or Post-consumer Fiber Content Paper FAR 52.204-7 - Central Contractor Registration FAR 52.204-10 - Reporting Executive Compensation and First-tier Subcontracting Awards FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 Alt 1 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 - Terms and Conditions - Commercial FAR 52.212-5 - Dev - Statutes/Exec Orders FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-award Small Business Program Representations FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contract and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Veterans FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-37 - Employment Reports on Special Disabled Veterans FAR 52.222-40 - Notification of Employees Rights under the National Labor Relations Act FAR 52.222-41 - Service Contract Act of 1965 FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.222-43 - Fair Labor Standards Act and Service Contracts Act Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-50 - Combating trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 - Disputes FAR 52.233-2 - Service of Protest FAR 52.233-3 - Protest after Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 (Alt 1) - Changes-Fixed Price FAR 52.247-34 - FOB Destination FAR 52.249-4 - Termination for Convenience of the Government (Services)(Short Form) FAR 52.252-1 - Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 Alt A - Required Central Contractor Registration DFARS 252.209-7995 - Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 - Dev Terms and Conditions DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment. FAR 52.252-2 Clauses Incorporated by Reference. 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 full text available. Also, the full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award. Prospective vendors should visit the SAM website at http://www.sam.gov/start.aspx to register.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-18-R-0002/listing.html)
 
Place of Performance
Address: Volk Field/Camp Williams National Guard Base, Camp Douglas, Wisconsin, 54618, United States
Zip Code: 54618
 
Record
SN04831194-W 20180224/180222231524-57e4a8353bcdd53d58d1bd4214335776 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.