SOLICITATION NOTICE
U -- Public Health AmeriCorps Training Support Services
- Notice Date
- 3/2/2022 6:41:07 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- CNCS
- ZIP Code
- 00000
- Solicitation Number
- CNS-CNCS-22-0098
- Response Due
- 3/22/2022 9:00:00 AM
- Archive Date
- 04/06/2022
- Point of Contact
- Jorge De Leon, Phone: 2023083611, Richard Clinkscales, Phone: 2404245114
- E-Mail Address
-
jdeleon@cns.gov, rclinkscales@cns.gov
(jdeleon@cns.gov, rclinkscales@cns.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Action Code: Combined Synopsis Solicitation Date: March 2, 2022 Year: 2022 ����������Contracting Office�ZIP Code; 20525 ����������Product or Service Code: 611710 ����������Contracting Office�Address: 250 E Street, SW Washington DC ����������Subject: Public Health AmeriCorps Training ����������Proposed�Solicitation�Number: 95332A22R00008. ����������Questions are Due by: March 9, 2022 (Questions received after this date will not be considered) Closing Proposal Response Date: 12 PM EST on March 22, 2022 Contact Point: Jorge DeLeon, Contract Specialist jdeleon@cns.gov (primary) Secondary POC: Richard Clinkscales, Contract Specialist rclinkscales@cns.gov �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; proposals are being requested and a separate written solicitation will not be issued. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR); FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items and FAR Part 12, Acquisition of Commercial Items and is expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-04, dated 01/30/2022. The associated NAICS code is 611710 and the small business size standard is $16.5M. This requirement is a total small business set-aside, pursuant to FAR 19.5. AmeriCorps is seeking a vendor to provide public health and national service focused training content, material development, and training facilitation for AmeriCorps State and National (ASN), Public Health AmeriCorps (PHA) members and staff of grantee organizations supporting the efforts of ASN, PHA to offer training to its members and grantee staff. The Contractor shall provide these services in accordance with the attached Statement of Work (SOW). ����������Place of�Contract�Performance: Virtual ����������Set-aside Status: Total Small Business The FAR provision at 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. � (a)�������� Offerors shall submit the following information with their offer. Failure to do so will render an offer ineligible for award. (1)� One (1) copy of the Technical Volume, Volume 1 Page Limit: Not to Exceed (NTE) 25 pages, not including key personnel resumes/CVs submitted in the appendix.� ���� (2)� �One (1) copy of the Past Performance Volume, Volume 2 Page Limit: Not to Exceed (NTE) 10 pages. (3)� �One (1) copy of One (1) copy of the Cost/Price Volume containing the completed and signed RFQ package and with prices provided for all quantities within each contract line item. Volume 3 Page Limit: Not to Exceed (NTE) 10 pages. Note: Pricing information must not appear in the technical volume. Any technical volume containing pricing will be deemed non-responsive and not evaluated for award. **Please refer to the PHA Services Quote Sheet attachment to list your pricing information** (b)�������� Submit signed and dated offers to the office specified in this solicitation on or before the� exact time specified in this solicitation. Offers must be submitted via email, using their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.) and must include the following information: At a minimum, offers must show� ������������� (1)�������� The solicitation number; ������������� (2)�������� The time specified in the solicitation for receipt of offers; ������������� (3)�������� The name, address, and telephone number of the offeror; ������������� (4)�������� A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; ������������� (5)�������� Price and any discount terms; ������������� (6)�������� �Remit to� address, if different than mailing address; ������������� (7)�������� A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); ������������� (8)�������� Acknowledgment of Solicitation Amendments. ������������� (9)�������� Past performance information, when included as an evaluation factor, to includ recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and� � � � � � � other relevant information); and ������������� (10)������ a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. (c)��������� The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date � specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d)�������� Late submissions, modifications, revisions, and withdrawals of offers. ������������� (1)�������� Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the� � � � � � � � � � � � solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers, or revisions are due. ������������� (2)�������� (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is �late� and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- ���������������������������� (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date� � � � � � � � � � � � � � specified for receipt of offers; or ���������������������������� (B) There is acceptable evidence to establish that it was received at the ���������������������������������������������� Government installation designated for receipt of offers and was under the Government�s control prior to the time set for receipt of offers; or ���������������������������� (C) If this solicitation is a request for proposals, it was the only proposal received. ���������������������������� (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (e)�������� The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the� � � �right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor ������������� irregularities in offers received. (f)��������� Contractors shall be registered and have an active record in SAM at the time proposals are due. Proposals from Contractors failing to meet this requirement will be excluded from evaluation and not considered for award. (g)�������� Debriefings, when requested within 3 days of notification of contract award will be provided at the discretion of the Contracting Officer; however, if requested, a brief explanation of the basis for the award decision will be provided, if requested within 3 days after the date of contract award. The Far provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Evaluation Methodology and Criteria are provided as an attachment. The FAR provision at 52.212-3, Offeror Representations and Certifications�Commercial Items, applies to this acquisition. The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition.�� The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: ������������� (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or ������������� Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and ������������� Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor ������������� provisions in subsequent appropriations acts (and as extended in continuing resolutions)). ������������� (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services ������������� Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) ������������� (Section 1634 of Pub. L. 115-91). ������������� (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video ������������� Surveillance Services or Equipment. (NOV 2021) (Section 889(a)(1)(A) of Pub. L. 115- ������������� 232). ������������� (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV ������������� 2015). ������������� (5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). ������������� (6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws ������������� 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-14 Service Contract Reporting Requirements 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-13 Notice of Set-Aside of Orders 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 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 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts 52.222-55, Minimum Wages Under Executive Order 14026 52.222-62, Paid Sick Leave Under Executive Order 13706 (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. ���������� (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor�s directly pertinent records involving transactions related to this contract. ���������� (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. ���������� (3) As used in this clause, records include books, documents, accounting procedures and �� practices, and other data, regardless of type and regardless of form. This does not �� require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. ����� (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial products or commercial services. Unless otherwise indicated below, the extent of the flow down shall be as � required by the clause- ������������� (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41 U.S.C. 3509). ������������� (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and � Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). ������������� (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91). ������������� (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232). ������������� (v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) ( 15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontract subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. ������������� (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). ������������� (vii) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246). ������������� (viii) 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212). ������������� (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. ��������������������� 793). ������������� (x) 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C. 4212). ������������� (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. ������������� (xii) 52.222-41, Service Contract Labor Standards (Aug 2018) ( 41 U.S.C. chapter 67). ������������� (xiii) (A) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter 78 and E.O 13627). ���������������������� (B) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O. ���������������������������������������������� 13627). ������������� (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to � Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May2014) ( 41 U.S.C. chapter 67). ������������� (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to � Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C. chapter 67). ������������� (xvi) 52.222-54, Employment Eligibility Verification (Nov 2021) (E.O. 12989). ������������� (xvii) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). ������������� (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706). ������������� (xix) (A) 52.224-3, Privacy Training (Jan 2017) ( 5 U.S.C. 552a). ���������������������� (B) Alternate I (Jan 2017) of 52.224-3. ������������� (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ������������� (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) ( 42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. ������������� (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with� paragraph (d) of FAR clause 52.247-64. ���������� (2) While not required, the Contractor may include in its subcontracts for commercial products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.217-5 Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government�s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-8 Option to Extend Services. (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 5 days. (End of clause) 52.217-9 Option To Extend the Term of the Contract. (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. (End of clause) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (JUN 2020) (a) Definitions. As used in this provision- Person- (1) Means- (i) A natural person; (ii) A corporation, business association, partnership, society, trust, financial institution, insurer, underwriter, guarantor, and any other business organization, any other nongovernmental entity, organization, or group, and any governmental entity operating as a business enterprise; and (iii) Any successor to any entity described in paragraph (1)(ii) of this definition; and (2) Does not include a government or governmental entity that is not operating as a business enterprise. Sensitive technology- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). (b) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (c) Except as provided in paragraph (d) of this provision or if a waiver has been granted in accordance with Federal Acquisition Regulation (FAR) 25.703-4, by submission of its offer, the offeror- (1) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (2) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act. These sanctioned activities are in the areas of development of the petroleum resources of Iran, production of refined petroleum products in Iran, sale and provision of refined petroleum products to Iran, and contributing to Iran's ability to acquire or develop certain weapons or technologies; and (3) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds the threshold at FAR 25.703-2(a)(2) with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked Persons List at https://www.treasury.gov/resourcecenter/ sanctions/SDN-List/Pages/default.aspx). (d) Exception for trade agreements. The representation requirement of paragraph (c)(1) and the certification requirements of paragraphs (c)(2) and (c)(3) of this provision do not apply if- (1) This solicitation includes a trade-agreements notice or certification (e.g., 52.225-4, 52.225-6, 52.225-12, 52.225-24, or comparable agency provision); and (2) The offeror has certified that all the offered products to be supplied are designated country end products or designated country construction material. (End of provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d61762f35a0e4b2ab4143fe689426807/view)
- Place of Performance
- Address: Washington, DC 20525, USA
- Zip Code: 20525
- Country: USA
- Zip Code: 20525
- Record
- SN06254890-F 20220304/220303211709 (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 |