SOLICITATION NOTICE
U -- Cellebrite Training - W912LP-18-R-0020 Attachments
- Notice Date
- 9/11/2018
- 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, 7105 NW 70th Avenue, Johnston, Iowa, 50131-1824, United States
- ZIP Code
- 50131-1824
- Solicitation Number
- W912LP-18-R-0020
- Archive Date
- 10/3/2018
- Point of Contact
- Tracy C. Canada, Phone: (515) 252-4616, 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
- N/A
- Description
- Attachment #3 Wage Determination Attachment #2 Full Text Provisions and Clauses Attachment #1 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-18-R-0020, 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) 2005-100, effective 22 Aug 2018. This procurement is unrestricted. The NAICS code is 611699 and the small business size standard is $11 million. The following commercial services are requested in this solicitation: Contractor shall provide Technical Instruction Services for Cellebrite Training and Certification, in accordance with the attached Performance Work Statement (PWS). Contract line item numbers (CLINs) and quantities are as follows: CLIN 0001, Technical Instruction Services, Cellebrite Training and Certification, Base Period, Estimated Period of Performance (POP): Date of Award - 31 May 2019, Quantity/Unit of Issue: 4 Job (Job = Course Iteration) CLIN 0002, Contractor Manpower Reporting for services provided from Date of Award - 31 May 2019, Quantity/Unit of Issue: 1 Job CLIN 1001, Technical Instruction Services, Cellebrite Training and Certification, Option Period 1, POP: 1 Jun 2019 - 31 May 2020, Quantity/Unit of Issue: 2 Job (Job = Course Iteration) CLIN 1002, Contractor Manpower Reporting for services provided from 1 Jun 2019 - 31 May 2020, Quantity/Unit of Issue: 1 Job Quotation prices for CLINs 0001 and 1001 shall be firm fixed price (FFP) and inclusive of all labor, materials, travel, supervision, and associated services required to perform the training and certification described within the PWS. CLINS 0002 and 1002 may be priced, or contractor may indicate "Not Separately Priced (NSP)" on the quotation for those CLINs. The following provisions are incorporated into this solicitation by reference: FAR 52.212-1, Instruction to Offerors - Commercial Items FAR 52.217-5, Evaluation of Options DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.215-7007, Notice of Intent to Re-solicit DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 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 DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7012, Safeguarding of Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information to Litigation Support DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7048, Export Controlled Items 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 252.243-7002, 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, Full Text Provisions and Clauses. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. FAR 52.209-7, Information Regarding Responsibility Matters FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS 252.247-7022, Representation of Extent of Transportation by Sea The following clauses are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.222-49, Service Contract Labor Standards - Place of Performance Unknown DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Contractors will need to review their SAM registration at www.sam.gov and see the ALERT notice at the top of the Home Screen. If your registration expires within the next 60 days, please start the process of updating your registration now as it may take a minimum of two weeks from receipt of the notarized letter for the update to be processed. Questions regarding this solicitation may be submitted to Ms. Tracy Canada, Contract Specialist, or Ms. Vicky Williams, Contracting Officer, at the email addresses provided below. Questions may be submitted at any time during the solicitation period. Final Questions & Answers (Q&As) will be posted by no later than 3:30 p.m. local (central) time 17 Sep 2018. Submission Requirements. Quotations may be submitted on company letterhead or quotation form. All quotations shall reference RFQ number W912LP-18-R-0020, and must include pricing or "NSN" for all CLINs referenced above. Offerors must provide documentation that they are an authorized Cellebrite training provider, and that all proposed instructor(s) are certified by Cellebrite to conduct the requested training and certification, with their quotations. Quotations are due at 11:00 a.m. local (central) time on 18 Sep 2018 to USPFO for Iowa, Purchasing and Contracting (P&C), Camp Dodge, ATTN: Ms. Tracy Canada, 7105 NW 70th Avenue, Bldg. 3475, Johnston, Iowa, 50131-1824. An electronic submission is preferred and may be emailed to tracy.c.canada.mil@mail.mil and vicky.l.williams10.civ@mail.mil. A traceable method is required for quotations that are mailed. Facsimile quotations will not be accepted. The contractor is responsible for ensuring that quotations are received in the USPFO P&C Office by the due date/time. Attachments: #1 - Performance Work Statement #2 - Full Text Provisions and Clauses #3 - Service Contract Labor Standards Wage Determination
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-18-R-0020/listing.html)
- Record
- SN05083401-W 20180913/180911231109-f23beb7483eaa6577ec4a092521a0140 (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 |