Ohio Bids > Bid Detail

ICD 705 Training

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159710842410981
Posted Date: May 9, 2023
Due Date: May 25, 2023
Solicitation No: FA860123Q0099
Source: https://sam.gov/opp/2c69b7f6ea...
Follow
ICD 705 Training
Active
Contract Opportunity
Notice ID
FA860123Q0099
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Office
FA8601 AFLCMC PZIO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 09, 2023 02:13 pm EDT
  • Original Date Offers Due: May 25, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 09, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: U099 - EDUCATION/TRAINING- OTHER
  • NAICS Code:
    • 611430 - Professional and Management Development Training
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description

COMBINED SYNOPSIS/SOLICITATION





This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for ICD 705 Physical Security Training for Wright Patterson HQ AFMC 4375 Chidlaw Road, Area A, Building 262, Suite S-010 WPAFB, OH 45433-7142, as described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.





This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2022-06, effective 26 May 2022; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20220623, effective 23 June 2022; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2022-0502, effective 2 May 2022.



This announcement constitutes the combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the lowest priced Offeror who submits a proposal that:





1. Conforms to the requirements of the combined synopsis/solicitation.



2. Receives a rating of “Acceptable” on the Technical Capability evaluation factor.



3. Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable.





The combined synopsis/solicitation number for this requirement is FA8601-23-Q-0089 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.





The associated North American Industrial Classification System (NAICS) code is 611430 with a small business size standard of 15 million dollars. This acquisition is set-aside 100% for Small Business Concerns and only qualified offerors may submit quotes.





NAICS Code: 611430 – Professional and Management Development Training





Small Business Size Standard: 15 million dollars





The comparative evaluation consists of these Contract Line Items Number (CLIN), which should be structured in Attachment 3: CLIN Structure, Clauses and Provisions.





Acceptable means of Submission: All submissions must be submitted electronically to the following email address brian.algeo.1@us.af.mil by Thursday, 25 May 2023 1:00 P.M. EST.





Any correspondence sent via e-mail must contain the subject line “FA8601-23-Q-0089, Physical Security ICD 705 Training” The entire proposal must be contained in a single e-mail, unless otherwise approved, including attachments. Please note: due to the e-mail server, any e-mails that exceed 5 megabytes might not go through. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or content (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments. A confirmation email will be sent once the proposal is received. If you do not receive a confirmation e-mail within 24 hours of submitting the proposal, please call or e-mail the point of contact listed on the solicitation.





Submittal of proposals in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. Failure to agree to the terms & conditions may result in the proposal to be determined non-responsive and as a result may not be selected for award. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website https://www.acquisition.gov. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received.





Delivery Schedule: Will be scheduled after award





Delivery Destination: 4375 Chidlaw Road, Area A, Blgd 262-Suite S-010



ATTN: HQ AFMC A5 8Z



WPAFB, OH 45433-5529







Delivery Type: FOB Destination (As defined in FAR 2.101—Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.)





Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination.



Requirement:



HQ AFMC requires physical security training for two classes of 25 students each, to be held at Wright-Patterson AFB, OH.



The training shall be conducted in person.



The contractor must provide the training materials for all students.



The contractor must develop and present all educational material.



The training must encompass ICD 705.



There must be a minimum of 2 trainers for the course.





The anticipated award is Firm-Fixed Price.





Basis for Award: The Government will award a contract resulting from this RFQ to the responsible Offeror whose offer conforms to the requirements outlined in Attachment 1 (SOW) and is most advantageous to the Government, price and other factors considered. Technical Capability and Price will be used to evaluate all offers.





Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government’s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.





Price: The Government will evaluate the price by adding the total of all line item prices, including all options.





The proposals may be in any format but MUST include:





1. Proposing company’s name, address, DUNS number, Cage Code, and TIN.



2. Point of contact’s name, phone, and email.



3. Proposal number & date.



4. Timeframe that the proposal is valid.



5. Individual item price.



6. Total price (Net 30), No Progress Payments.



7. Shipping (FOB Destination).



8. Completed copy of representations and certifications (Attachment 2)



9. Itemized price-list which includes the dimensions and specification of each typical.



10. Overall 2D furniture floorplan, 3D rendered furniture floorplan and 3D renderings for each typical.





Important Notice to Contractors: Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1).





All prospective awardees must also have a completed SPRS Assessment. This clause has been updated in the award contract. In order to complete the assessment, follow the instructions at (https://www.sprs.csd.disa.mil/).





Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow – Receipt and Acceptance (WAWF – RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.





ADDITIONAL INSTRUCTIONS TO OFFERORS





The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows:



(a) North American Industry Classification System (NAICS) code and small business size standard are as specified above.



(b) Submission of offers is as prescribed in the text of this combined synopsis/solicitation.





Proposal Content: Proposals shall consist of two separate parts, a technical proposal and a price proposal.





Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted.





Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired.





Technical Proposal: Describe how the offeror will provide for the furniture as described in the SOW.







CLIN Structure found in Attachment 3 and Provisions and Clauses can be found in Attachment 3.





Attachments:




  1. Performance Work Statement (PWS)

  2. CLIN Structure, Clauses and Provisions







* Due to issues with SAM.gov the drawing files are unsupported and cannot be attached to the combined synopsis/solicitation. Please contact the POC listed below for a copy of the drawing files.





Please direct all questions to Brian Algeo, brian.algeo.1@us.af.mil


Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 656 5842 1940 ALLBROOK DR BLDG 1 RM 109
  • WRIGHT PATTERSON AFB , OH 45433-5344
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 09, 2023 02:13 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >