Federal Bid

Last Updated on 02 Apr 2015 at 8 AM
Combined Synopsis/Solicitation
Blackstone Virginia

R--Structural Collapse Site Venue support

Solicitation ID W912LQ-15-T-4001
Posted Date 30 Jan 2015 at 8 PM
Archive Date 02 Apr 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office W7n5 Uspfo Activity Va Arng
Agency Department Of Defense
Location Blackstone Virginia United states 23824
Amendment #2: The purpose of this amendment is to incorporate additional bidder questions and government responses into the PWS. In addition, a photo of the Fort Pickett MOUT site is being provided for reference.


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 written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, effective 26 December 2014.

This solicitation is being issued as a Total Service Disabled Veteran Owned Small Business Set-Aside. The Request for Proposal (RFP) number is W912LQ-15-T-4001. The NAICS is 541990 and size standard is $15 million. Currently, two wage determinations cover the two locations - Blackstone and Virginia Beach. Refer to attachment for General Decision Number WD 2005-2543 (rev.-17), dated 12/30/2014 and 05-2545 (Rev.-19) are applicable to this task order.

This solicitation is being issued on behalf of the Virginia Army National Guard utilizing procedures
in FAR part 12 Commercial Items. The Government intends to award a single lowest-priced, technically acceptable, firm-fixed Price contract without discussions.

Requirement: Non-Personal service to provide all labor, equipment, materials, transportation and management necessary to successfully execute the line items below and the Performance Work Statement and Annexes, as attached.

CLIN 0001 HRF pre-EXEVAL CTE (MMT), Structural Collapse Site Venue (SCVS) RESET at Fort Pickett, Blackstone, VA (Period of Performance: 19-22 February 2015; complete 1 March 2015) QTY: 1 Job

CLIN 0002 HRF EXEVAL, Structural Collapse Site Venue (SCVS) RESET at Virginia Beach, VA (Period of Performance: 11-16 May, 2015; complete 25 May 2015) QTY: 1 Job

CLIN 0003 Contractor Manpower Reporting

Description of Requirements: The contractor shall provide Virginia Army National personnel with realistic training in disaster relief operations through simulated realistic conditions for Structural Collapse Venue Site (SCVS) - RESET for two exercises; Homeland Response Force (HRF) External Evaluation (EXEVAL) and Collective Training Event (CTE) with Role Player Support. See Performance Work Statement for complete information.

The resulting contract will require the Contractor to be compliant with the Contract Manpower reporting (CMR) system. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site.

The following provisions are included in this combined synopsis/solicitation: The full text provisions may be accessed electronically at http://farsite.hill.af.mil:

52.204-7, System for Award Management
52.212-1, Instructions to Offerors -- Commercial Items (JUL 2013);
52.212-3 ALT I, Offeror Representations and Certifications -- Commercial Items
52.237-1, Site Visit
52.252-1, Provisions Incorporated by Reference (fill in - http://farsite.hill.af.mil)
52.252-5, Authorized Deviations in Provisions (fill in 48 CFR Chapter 2, DFARS)
252.204-7011, Alternative Line Item Structure
252.203-7005, Representation Relating to Compensation of Former DoD Officials
The following clauses are included in this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: The full text clauses may be accessed electronically at http://farsite.hill.af.mil:

52.204-13, System for Award Management Maintenance
Suspended, or Proposed for Debarment
52.212-4, Contract Terms and Conditions-Commercial Items;
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-
Commercial Items; additional FAR clauses cited are applicable to the acquisition:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred; 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside; 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, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-41, Service Contract Labor Standards (DOL WD Attached); 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policy 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; 52.233-3, Protest After Award

52.222-55, Minimum Wages Under Executive Order 13658
52.223-5 Alt I., Pollution Prevention and Right to Know Information
52.223-6, Drug-Free Workplace
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.237-1, Site Visit
52.237-2, Protection of Government Buildings, Equipment and Vegetation
52.252-2, Clauses Incorporated by Reference, http://farsite.hill.af.mil
52.252-6, Authorized Deviations in Clauses, Defense Federal Acquisition Supplement, Chapter 2
252.201-7000, Contracting Officer's Representative
252.203-7000, Requirements 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
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7001, Buy American and Balance of Payments Program
252.225-7002, Qualifying Country Sources As Subcontractors
252.225-7048, Export-Controlled Items
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7010, Levies on Contract Payments
252.232-7006, Wide Area WorkFlow Payment Instructions
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
252.243-7001, Pricing of Contract Modifications
252.247-7023, Transportation of Supplies by Sea

Submittal Requirements: Submit the following in order to be considered for award.
1. Pricing of CLINS 0001, 0002 and 0003.
2. Technical Proposal detailing how Contractor will accomplish the requirements of this PWS and certificates for proposed personnel to meet the technical requirements.
3. Representations and Certifications (52.212-3 Alt 1).

This solicitation is being issued as a Total Service Disabled Veteran Owned Small Business Set-Aside and only qualified bidders may submit bids. This solicitation will close on 5 February 2015 at 2:00 p.m. Eastern Standard Time. Offers received after 2:00 pm EST on the required date of submission may not be considered unless determined to be in the best interest of the Government. Proposals may be hand delivered to Ms. Susan Quinn at USPFO-ASO, Building 316, Fort Pickett, Blackstone, VA, faxed to 434-298-6202 or emailed to [email protected]. For specific information regarding this solicitation, contact Ms Susan Quinn, Contract Specialist, at 434-298-6293.

Bid Protests Not Available

Similar Past Bids

Section Alabama 08 Sep 2016 at 6 PM
Location Unknown 23 Jul 2019 at 4 PM
San miguel California 10 Aug 2020 at 10 PM
Location Unknown 10 Jun 2019 at 6 PM

Similar Opportunities

Washington navy yard District of columbia 24 Oct 2025 at 2 PM
Location Unknown 31 Jan 2026 at 5 AM (estimated)
Redstone arsenal Alabama 01 Aug 2025 at 7 PM
Redstone arsenal Alabama 01 Aug 2025 at 7 PM
Lansing Michigan 23 Jul 2025 at 4 PM