SOLICITATION NOTICE
X -- Training Facility with internet connectivity
- Notice Date
- 1/3/2020 11:25:05 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- FA2518 ENT SOLUTIONS DIV AFSPC ESD PETERSON AFB CO 80914-4184 USA
- ZIP Code
- 80914-4184
- Solicitation Number
- FA2518-20-Q-0003
- Response Due
- 2/3/2020 12:00:00 PM
- Archive Date
- 02/18/2020
- Point of Contact
- Tracie L. Winfree, Phone: 719-554-5482, Angelica Pequeno, Phone: 719-554-6691
- E-Mail Address
-
tracie.winfree@us.af.mil, angela.pequeno@us.af.mil
(tracie.winfree@us.af.mil, angela.pequeno@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1. �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 separate written solicitation will not be issued. Please be advised that this Request for Quote (RFQ) in no manner obligates the Government to award a contract as a result from the issuance of this RFQ. 2.� Solicitation FA2518-20-Q-0003, Training Facility Space is being issued as a RFQ. 3.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular� FAC 2020-02 effective 23 Dec. 4.� This effort is being procured as a Small Business set-aside. The NAICS code is 531120, Lessors of Nonresidential Buildings (except mini warehouses), and the size standard is $30,000,000. A single firm-fixed price contract award will be made as a result of an evaluation of received proposals. 5.� Prospective Contractor quotes shall be priced in accordance with (IAW) the Statement of Work (SOW) under the CLINs identified below. Base Period CLIN 0001: �Course 1 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 0002: �Course 2 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 0003: �Course 3 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 0004: �Course 4 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 0005:� Course 5 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 � Option Period 1 CLIN 1001:� Course 1 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 1002:� Course 2 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 1003:� Course 3 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 1004:� Course 4 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 1005:� Course 5 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 � Option Period 2 CLIN 2001:� Course 1 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 2002:� Course 2 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 2003:� Course 3 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 2004:� Course 4 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 2005:� Course 5 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 � � Option Period 3 CLIN 3001:� Course 1 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 3002:� Course 2 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 3003:� Course 3 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 3004:� Course 4 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 3005:� Course 5 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 � Option Period 4 CLIN 4001:� Course 1 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 4002:� Course 2 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 4003:� Course 3 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 4004:� Course 4 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 CLIN 4005:� Course 5 - 8 weeks (+1 day set up) IAW with SOW dated 30 Dec 2019 �6.� The Contractor shall provide facility and network connectivity to accommodate 20 students and two (2) instructors IAW SOW dated 30 Dec 2019.� The Government will provide all computers, manuals and instruction.� The contractor shall provide the facility three to five times per year for eight (8)-week intervals with one (1)-workday before class for the Government to set up and up to one (1)-workday after the course to break down.� The contractor shall provide all desk space, chairs and internet connectivity IAW the attached SOW (Attachment 1, dated 30 December 2019).� The location of facility shall be within 10 miles of Peterson Air Force Base, Colorado. This will be a Firm-Fixed price contract. 7.� The base period of performance is estimated to be 17 February 2020 - 16 February 2021 with four option years, ending 16 February 2025.� Place of performance will be at the contractor�s facility. 8. The quote must include a cover letter with the following: a. Company Name, Address and Phone b.� Signed statement by a person authorized to obligate the company contractually, stating that the quote and prices submitted will remain in effect for 30 calendar days after the solicitation closing.� c.� Company Cage and DUNS codes d.� Primary POC or persons authorized to negotiate for the company. e.� Company�s Small Business designation(s). 9.� All questions regarding this RFQ must be submitted in writing to Angelica Pequeno at angelica.pequeno@us.af.mil and Tracie Winfree at tracie.winfree@us.af.mil NLT 1:00 P.M. MST 10 Jan 2020. � 10.� Your quote with all required documents must be received NLT 1:00 P.M. MST 3 Feb 2020.� Quotes received after that time may not be considered for award.� Submit your quote via email to Angelica Pequeno at angelica.pequeno@us.af.mil and Tracie Winfree at tracie.winfree@us.af.mil.� 11.� Provisions/Clauses The following provisions/clauses will be incorporated by either reference or full text and made a part of the resultant contract upon award: Provision FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (Oct 2018), and the Addenda to FAR 52.212-1 applies to this acquisition.�� Addendum to FAR 52.212-1 INSTRUCTIONS TO OFFERORS To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein.� The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation.� The response shall consist of two (2) separate parts; Part I � Price and Part II � Technical Information. The contracting officer has determined there is a high probability of adequate price competition in this acquisition.� Upon examination of the initial offerors, the contracting officer will review this determination and if, in the contracting officer�s opinion, adequate price competition exists no additional price information will be necessary.� However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than certified pricing data to support a determination of price reasonableness.� Specific Instructions: Documents submitted in response to this must be fully responsive to and consistent with the following:� Requirements of the CLINs and Statement of Work (SOW) and government standards and regulations pertaining to the SOW. Evaluation Factors for Award in section, 52.212-2 EVALUATION � COMMERCIAL ITEMS and addendum of this quote.� Any limitation on the number of proposals pages.� Pages exceeding the page limitations set forth in this section, FAR 52.212-1 INSTRUCTION TO OFFERORS � COMMERCIAL ITEMS, will not be read or evaluated, and will be removed from the quote.� PART I � PRICE� The Contractor shall provide the following:� Pricing for the effort by providing Attachment 2 � Pricing Summary Cover letter PART II � TECHNICAL INFORMATION Format The quote will be on 8 � x 11 paper A page is defined as one single sided sheet of paper containing information.� If there is information on both sides of a sheet of paper, this counts as 2 pages. Typing shall be Times New Roman Font, size 12 Electronic files must be in Adobe (.pdf), Microsoft Word, version 6.0/95 or Excel 2010 or earlier format 10 page limit Technical Acceptability � using the format described above, please provide the following Contractor shall provide sufficient documentation to demonstrate their ability to meet all SOW requirements.� � 52.212-2 �������������������� EVALUATION � COMMERCIAL ITEMS (Oct 2014) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. The following factors shall be used to evaluate offers: � Factor 1: Technical Quotes must meet all criteria below to be considered technically acceptable.� Quotes will be considered technically acceptable when: The space being provide meets all requirements in the SOW. The quote includes a statement that the company understands the requirements specified and will meet the performance standards and requirements therein. � Factor 2: Price The contractors proposed price will be evaluated and determined fair and reasonable IAW FAR 13.106-3. If the price of the contract results in a cost to the contracting agency which exceeds a fair market price, the government reserves the right not to award. An offer should be sufficiently detailed to demonstrate their reasonableness. � A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/980212f361e84ba888468ecd074e0d91/view)
- Place of Performance
- Address: Colorado Springs, CO 80914, USA
- Zip Code: 80914
- Country: USA
- Zip Code: 80914
- Record
- SN05526592-F 20200105/200103230131 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |