SOLICITATION NOTICE
R -- CST Role Players
- Notice Date
- 2/14/2020 12:16:56 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- W7M4 USPFO ACTIVITY HI ARNG HONOLULU HI 96816 USA
- ZIP Code
- 96816
- Solicitation Number
- W912J6-20-Q-0012
- Response Due
- 3/6/2020 6:00:00 PM
- Archive Date
- 03/21/2020
- Point of Contact
- Clesson K. Paet, Phone: 8088446333, Manuel LLanes, Phone: 8088446335, Fax: 8088446340
- E-Mail Address
-
clesson.k.paet.civ@mail.mil, manuel.llanes.mil@mail.mil
(clesson.k.paet.civ@mail.mil, manuel.llanes.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Hawaii National Guard 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; quotes are being requested and a written solicitation will not be issued.� This solicitation, W912J6-20-Q-0012, is being issued as a Request for Quote (RFQ).� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective 19 Jan 2020.� This procurement is a 100% Small Business set-aside in accordance with (IAW) the Federal Acquisition Regulation (FAR) Part 19.502-2 (b).� The NAICS code is 561990 and the small business size standard is $12,000,000.00.� The following commercial items are requested in this solicitation:� Contractor shall provide all items listed below. Contract line item numbers (CLINs) and quantities are as follows: CLIN 0001: CST Role Players Hawaii County CLIN 0002: CST Role Players Kauai County CLIN 0003: Contractor Manpower Reporting It is anticipated that a firm-fixed price purchase order will be awarded for the requested service as a result of this synopsis/solicitation. Award will be based on lowest price technically acceptable. The following FAR and DFARS provisions and clauses are incorporated into this solicitation by reference: 52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards 52.204-13, SAM Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-22, Alternative Line Item Proposal 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted domestic Corporations 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1, Instructions to Offerors � Commercial Items 52.212-3, Offeror Representations and Certifications- Commercial Items- Alternate I 52.212-4, Contract Terms and Conditions � Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.222-41 Service Contract Labor Standards 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD officials 252.204-7003, Control of Government Personnel Work Product 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting� 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments� 252.244-7000, Subcontracts for Commercial Items� 252.247-7023, Transportation of Supplies by Sea 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. The following provisions are incorporated by full text. The full text is found in Attachment #1. DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS The following clauses are incorporated by full text.� The full text is found in Attachment #1. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items FAR 52.222-42 Statement of Equivalent rates for federal Hires FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Quotes are due by 4:00 p.m. (HST) time on Friday, 6 March 2020. Electronic proposals must be submitted via e-mail to Mr. Clesson Paet at Clesson.k.paet.civ@mail.mil �Facsimile proposals will not be accepted.� Questions regarding this solicitation may be directed to Mr. Clesson K. Paet at Clesson.k.paet.civ@mail.mil no later than Thursday 5 March 2020. Attachments: #1 � Full Text Provisions and Clauses #2- Performance Work Statement
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/22e2d50c936e4b33a8ae93fbcc841841/view)
- Place of Performance
- Address: Hilo, HI 96720, USA
- Zip Code: 96720
- Country: USA
- Zip Code: 96720
- Record
- SN05562838-F 20200216/200214230149 (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 |