2) General Requirement: This RFQ is being issued for one (1) Defensive/Evasive Driving Course, in accordance with the attached Performance Work Statement (PWS), to be conducted on 08-12 February 2016. This course shall accommodate 33 students. All training shall be conducted at the contractor's facility, which must be located no more than 50 miles from Fort Story. Please see attached PWS for any other special requirements/instructions.
3) Clauses and Provisions: (see http://farsite.hill.af.mil/)
52.203-3 Gratuities
52.204-7 System for Award Management
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-13 System for Award Management Maintenance
52.209-7 Information Regarding Responsibility Matters
52.212-1 Instructions to Offerors--Commercial Items
52.212-3 Offeror Representations and Certifications-Commercial Items
52.212-4 Contract Terms and Conditions--Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-99 (Dev) Establishing a Minimum Wage for Contractors
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications.
52.228-5 Insurance - Work On A Government Installation
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-4 Applicable Law for Breach of Contract Claim
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control Of Government Personnel Work Product
252.204-7004-Alt A System for Award Management Alternate A
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.205-7000 Provision Of Information To Cooperative Agreement Holders
252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country
252.225-7012 Preference For Certain Domestic Commodities
252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
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 Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.243-7002 Requests for Equitable Adjustment
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea
NMCARS 5237.102-90
4) Contractors responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote. The contractor should also provide its Commercial And Government Entity (CAGE) Code, Contractor Establishment Code (DUNS number) and Tax Identification Number (TIN). Contractors must be registered in the System for Award Management (SAM) to be eligible for any resulting awards (NO EXCEPTIONS). For information on registering with SAM, visit www.sam.gov. Contractors are also required to be registered in Wide-Area Work Flow (WAWF); contractors can self-register for WAWF at https://wawf.eb.mil.
5) Quotations for this request may be submitted electronically to GySgt Randall Chatfield at [email protected]; or faxed to (757) 444-9779. Written, facsimile, or emailed quotes and required information must be received at this office on or before 5:00 p.m. Eastern Standard Time on Friday, 29 January 2016.