SOLICITATION NOTICE
U -- FMTV HIAB Troubleshooting Course
- Notice Date
- 8/10/2020 5:58:25 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- W7M8 USPFO ACTIVITY IA ARNG JOHNSTON IA 50131-1824 USA
- ZIP Code
- 50131-1824
- Solicitation Number
- W912LP-20-Q-1105
- Response Due
- 8/12/2020 9:00:00 AM
- Archive Date
- 08/27/2020
- Point of Contact
- Daniel W Collins, Phone: 5152524647, Tracy C. Miller, Phone: 5152524616
- E-Mail Address
-
daniel.w.collins.mil@mail.mil, tracy.c.miller11.mil@mail.mil
(daniel.w.collins.mil@mail.mil, tracy.c.miller11.mil@mail.mil)
- Description
- 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-20-Q-1105, is being issued as a Request for Proposal (RFP).� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07, effective 02 July 2020.� This is a sole source requirement to Oshkosh Corporation.� The NAICS code is 611519 and the small business size standard is $16.5 million.� Basis for award is Price.� The following commercial services are requested in this solicitation: Sole Source Requirement: The proposed contract action is for commercial services for which the Government intends to solicit to only one source.� Interested persons may identify their interest and capability to respond to the requirement or submit proposals.� This notice of intent is not a request for competitive proposals. �However, all bids, proposals or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon the responses to this notice is solely within the discretion of the Government. �Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. �Sole Source Justification is attached (Attachment #1). Contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control, except as specified in paragraph 3.0 of the Performance Work Statement (Attachment #2) as Government Furnished to conduct two (2) simultaneous 5-day (40-hour) FMTV A1P2 HIAB Variant Maintenance courses.� Courses shall be held at both Camp Dodge, Johnston Iowa and Field Maintenance Shop 13, Cedar Rapids, Iowa; starting Monday, 31 August 2020 and concluding Friday. 4 September 2020.� Each course shall train up to 12 students to maintain, troubleshoot, and repair the mechanical, electrical, and hydraulic systems unique to the HIAB equipped variants of the FMTV A1P2 series of vehicles.� Contract Line Item Number (CLIN), quantity, and Unit of Issue are as follows: CLIN 0001: �FMTV Troubleshooting Course, Quantity/Unit of Issue: 2 / JOB (JOB represents the total cost for each course as specified in the Performance Work Statement) CLIN 0002:� Contractor Manpower Reporting (CMR) for services provide during the period of performance, Quantity/ Unit of Issue: 1 / JOB (JOB = Report) NOTE:� Contractor may price CMR or indicate �no Charge� or �Not Separately Priced.� Proposed price shall be Firm Fixed Price (FFP) and inclusive of all labor, materials, travel, and any associated services/expenses required to provide the two (2) courses described within the Performance Work Statement. The following provisions are incorporated into this solicitation by reference: FAR 52.212-1 (DEV), Instructions to Offerors � Commercial Items (Jun 2020) (DEVIATION� 2018-O0018) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) The following clauses are incorporated into this solicitation by reference: FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Oct 2018) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7012, Safeguarding of Covered Defense Information and Cyber Incident Reporting (Dec 2019) DFARS 252.204-7015, Notice of Authorized Disclosure of Information to Litigation Support (May 2016) DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.225-7048, Export Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (Feb 2019) The following provisions are incorporated by full text.� The full text is found in Attachment #3.� Contractor shall 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 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment (Dec 2019) FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items (Oct 2018), Alternate I (Jun 2020) DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation (Dec 2019) DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation (Dec 2019) The following clauses are incorporated by full text.� The full text is found in Attachment #3: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (Jul 2020) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Dec 2018) Service Contract Labor Standard (formerly Service Contract Act) applies to this acquisition.� For applicable Wage Determination, refer to FAR Clause 52.222-41, Service Contract Labor Standards.� Place of performance; Camp Dodge (Polk County, Iowa) see Attachment #4, Field Maintenance Shop 13 (Linn County, Iowa) see Attachment #5.� Submission Requirements:� The Contractor shall provide a proposal on company letterhead which shall include the following information. Contractor Name, Address, and Telephone Number DUNS Number, CAGE Code, and Federal Tax ID Number Point of Contact, Name, Telephone Number, and Email Address Contact information for individual authorized to sign contracts if different than POC above Confirmation that the requested course dates are available Questions regarding this acquisition shall be submitted to Dan Collins, Contract Specialist, at the email address provided below.� Questions will be accepted up to one (1) day prior to the RFP due date.� All questions and answers will be consolidated and posted on a non-attribution bases. Proposal is due no later than 11:00 am, local (Central) time on Wednesday, 12 August 2020.� Electronic proposals are preferred and shall be submitted via E-Mail to Dan Collins, daniel.w.collins.mil@mail.mil.� Hard copy shall be mailed to USPFO for Iowa, Purchasing and Contracting, ATTN: Dan Collins, Camp Dodge, 7105 NW 70th Ave., Bldg. 3475, Johnston, IA 50131-1824.� Trackable delivery is recommended.� Facsimile will not be accepted.� Regardless of how the proposal is delivered, the Contractor is responsible to ensure the proposal is delivered and received in the USPFO Purchasing and Contracting office by the due date and time. Attachments: #1 Redacted Justification & Approval (J&A) Document #2 Performance Work Statement #3 Full Text Provisions and Clauses #4 Wage Determination (Polk) 2015-4979 Rev. 11 (24 Jun 20) #5 Wage Determination (Linn) 2015-4977 Rev. 11 (24 Jun 20)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/13dd85b1df3c4e3cbfab3a56f62b1c7b/view)
- Place of Performance
- Address: IA 50131, USA
- Zip Code: 50131
- Country: USA
- Zip Code: 50131
- Record
- SN05751023-F 20200812/200810230146 (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 |