Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2020 SAM #6727
SOLICITATION NOTICE

U -- Annual Safety and Occupational Health Mandatory OSHA Trainings-PR ARNG

Notice Date
4/28/2020 12:23:43 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
W7PA USPFO ACTIVITY PR ARNG FORT BUCHANAN PR 00934 USA
 
ZIP Code
00934
 
Solicitation Number
W912LR20R0015
 
Response Due
5/15/2020 9:00:00 AM
 
Archive Date
05/30/2020
 
Point of Contact
ANGEL F. SOLIS, Phone: 787-587-6130, SGM Myriam Perez, Phone: 7872777694
 
E-Mail Address
angel.f.solis.mil@mail.mil, myriam.perezsantos.mil@mail.mil
(angel.f.solis.mil@mail.mil, myriam.perezsantos.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Puerto Rico Army National Guard proposes to enter into a Firm-fixed Price contract with a firm who shall provide all personnel, equipment, supplies, transportation, tools, materials, quality control, supervision, and non-personal services necessary to perform required Occupational Safety and Health Act (OSHA) trainings at multiple locations in Puerto Rico (Salinas, Ceiba, FT. Buchanan and Isla Grande) as defined in this solicitation paragraph 5.0 (requirements) of the Performance Work Statement (PWS) contained herein. Training shall be conducted in accordance to OSHA training as mandated by 29 CFR 1910.12. The training will work towards the effort of capacitating each employee working under different disciplines including but not limited to construction, clerks, general industry and supervisors for the PR ARNG. For inquiries, contact SFC. Angel F. Solis/Contract specialist. Tel.787-277-7698. Email: angel.f.solis.mil@mail.mil. Due date for receipt of offers is set for May 15, 2020 on or before 12:00pm EST. An award determination is expected approximately between 15 and 18 May, 2020 with a post award meeting for no later than May 21, 2020. All times are local. Synopsis: This is a new requirement. No incumbent.� No guest internet access.�This is combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in the Federal Acquisition Regulations (FAR) subpart 12.6, and subpart 13.106-2 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. This solicitation is being issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2020-03 is effective June 12, 2020. This acquisition is set aside for 100 percent for small business set aside. The government shall not exercise any supervision or control over the contract services providers performing the services herein. Such contract service provider shall be accountable solely to the Contractor who, in turn is responsible to the Government. The results of this requirement will be a Firm-Fixed priced (FFP) contract. The right to make no award is reserved in the event it is advantageous to the Government to do so. Contract Type and Evaluation Criteria: Award will be made to the most responsive and responsible offeror whose offer results in the lowest total price that meets the minimum needs of the government and adheres to the requirements of the solicitation and possess an acceptable Technical Acceptability factor as prescribed on FAR subpart 13.106.� The North American Industry Classification System (NAICS) code for this quote is 541690 Other Scientific and Technical Consulting Services. The small business size standard is $15.0 Million. This acquisition is set aside 100 percent for Small Business.� Offerors are highly encouraged to submit performance references on past similar and/or relevant projects as well as key trainer staff professional references to ascertain acceptable/non-acceptable Technical Acceptability factor.� See section M of the solicitation for more details. Proposal Format CLIN Description �������������������������������������Unit of Issue �����������������������������������������������������Price Total CLIN 0001 OSHA 1926 Construction: 30 Hr. of training to one (1) session of 20 employees Job CLIN 0002 OSHA 1910 General Industry: 40 Hr. of training to two (2) sessions of 20 Job CLIN 0003 OSHA 1910 General (Refresher):10 Hr. of training to one (1) session of 20 employees Job CLIN 0004 Confined Space Entry and Rescue: 8 Hr. of training to three (3) sessions of 20 employees Job CLIN 0005 Forklift: 8 Hr. of training to four (4) sessions of 20 employees Job CLIN 0006 Hazard Communication (HAZCOM): 2 Hr. of training to one (1) session of 20 employees -Job CLIN 0007 Hazardous Waste Operations and Emergency Response (HAZWOPER) to include CPR and First Aid: Contractor shall conduct 40 hours of training to one (1) session of 20 employees -Job CLIN 0008 Hazardous Materials (HAZMAT): Contractor shall conduct 24 hours of training to two (2) sessions of 20 employees -Job CLIN 0009 Travel Job � TOTAL Period of performance to; Period of Performance (PoP) to conduct all trainings shall be 1 Base Year of 12 calendar months. Site Visit: No site visit shall be conducted. Acceptance Criteria: See PWS for acceptance criteria. Also, your solicitation package must include resumes of instructor/s identifying certifications requested. Please include CAGE CODE, TAX ID number. Notes: Interested offerors must be registered in SAM prior to placing their offers. To register go to: https://www.sam.gov/portal/public/SAM/. System for Award Management (SAM) SAM.gov REGISTRATION IS FREE: There is NO FEE to register, or maintain your registration, in the System for Award Management (SAM.gov). If you receive an email from a company claiming to represent SAM.gov, be cautious. If you get an e-mail from a company offering to help you register in SAM.gov asking you to contact them and pay them money, be cautious. These messages are not from the Federal Government. It is FREE TO REGISTER in SAM.gov for any entity. You will need your DUNS number to register. Instructions for registering are on the web page provided. The solicitation and associated information will be available only from the Contract Opportunities (Formerly; Federal Business Opportunities (FedBizOpps) website on-line at https://beta.sam.gov/. Contract Opportunities is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with Contract Opportunities before accessing the system. Contract Opportunities registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf Applicable Clauses/Regulations: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/. 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 their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. 52.204-7, System for Award Management. 52.204-10, Reporting Executive Compensation on First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance. 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1, Instructions to Offeror -- Commercial items applies to this acquisition. 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on technical acceptability and price. Offeror must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial applies to this acquisition. 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-Aside Orders 52.219-14, Limitations on Subcontracting. 52.219-28, Post Award Small Business Program Representation. 52.222-3, Convict Labor. 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving. 52.225-13, Restrictions on Certain Foreign Purchases. 52.225-18, Place of Manufacture 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations 52.232-33, Payment by Electronic Funds Transfer 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. 52.237-3, Continuity of Services 52.245-1, Government Property 52.246-16, Responsibility for Supplies 52.247-34, F.O.B. Destination 252.203-7000, Requirements Relating to Compensation of Former DOD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, System for Award Management applies to this acquisition. 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payment � Respond by uploading completed solicitation signed with offered prices in the enclosed SF-1449 into this notice. All vendors must include in block 17a of the solicitation your contact information, cage code, name of company, address, phone number, and email address also ensure to complete block 30 (all letters). Please write the total amount for each one of the contract line items for your bid on the solicitation (SF-1449) and include a grand total for all contract line items as well at the bottom. Offers not uploaded into this notice not containing this information shall not be considered.� In the event that technical difficulties are experienced, quotes submitted by email will be considered and sent to; angel.f.solis.mil@mail.mil; no later than May 15, 2020 by 12:00 PM. Quotes shall be clearly marked with the RFQ#. W912LR20R0015.� Offerors are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, they will not be considered by the agency. If solicitation packages are incomplete they could be deemed as non-responsive. Telephone request will not be considered. It is the responsibility of the offeror to monitor the website for any changes or amendments to this RFQ. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted via email at angel.f.solis.mil@mail.mil no later than May 8, 2020 by 5:00 PM EST to ensure that responses will be posted on May 12, 2020. Questions not received within the allowable time may not be considered. Point of Contact: USPFO for Puerto Rico, Contracting Division Contracting Office Address: USP&FO for Puerto Rico, Purchasing and Contracting Division Borinquener Rd. Building 540 Fort. Buchanan, P.R.� 00934-4069 United States Primary Point of Contact: SFC. Angel F. Solis Contract Specialist angel.f.solis.mil@mail.mil ATTACHMENTS: 1. Performance Work Statement 2. QASP
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/06605144c4ec468ba00541ebde206a9b/view)
 
Place of Performance
Address: PR 00751-0000, USA
Zip Code: 00751-0000
Country: USA
 
Record
SN05638140-F 20200430/200428230146 (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 |
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.