COMBINED SYNOPSIS/SOLICITATION FOR W9127Q-21-R-0011
TECHNICAL INSTRUCTIONAL SERVICES FOR NARCOTICS SEARCH WARRANT PLANNING AND EXECUTION I AND II CLASSES RCTA (MERIDIAN, MISSISSIPPI)
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, W9127Q-21-R-0011, is being issued as a Request for Proposals (RFP) using Contracting by Negotiations procedures from FAR Part 15. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2021-05, Effective 10 March 2021, and the Defense Federal Acquisition Regulations (DFARS) updated 20201130, Effective 30 November 2020. The provisions and clauses incorporated into this solicitation are attached separately on Attachment 1 Solicitation, Provisions, and Clauses. This procurement is being issued as a Total Small Business Set-Aside. The North American Industrial Classification System Code is 611699 with a standard size of $12,000,000.00. The Government contemplates an award of a Firm Fixed Price contract for one (1) base year and four (4) twelve month options resulting from this solicitation.
FAR 52.232-18 Availability of Funds. Funds are not presently available for this procurement.IAW PIM 2016-03 “Funds are not presently available for this contract. Currently, the Government anticipates funds will become available prior to but no later than midnight 01 July 2021. This action has been identified on the National Guard priority list for award if funds become available and the prices received are within an awardable range.” Short of Award was signed on December 22, 2020, which gave the USPFO-MS, P&C Division the authority to work up to award for the requirement. A Purchase Request will be certified upon funds availability and before award of a contract for the requirement.
Contractor shall provide Technical Instructional Services for Narcotics Search Warrant Planning and Execution I and II classes based on the Performance Work Statement (PWS) and Contract Line Items and quantities.
CLIN 0001, Technical Instructional Services, Narcotics Search Warrant Planning and Execution I Classes, Base Period (Period of Performance (PoP) 01 June 2021 through 31 May 2022), Quantity/Unit of Issue: 8 each Firm Fixed Price (FFP)
CLIN 0002, Technical Instructional Services, Narcotics Search Warrant Planning and Execution II Classes, Base Period (Period of Performance (PoP) 01 June 2021 through 31 May 2022), Quantity/Unit of Issue: 2 each Firm Fixed Price (FFP)
CLIN 1001, Technical Instructional Services, Narcotics Search Warrant Planning and Execution I Classes, Option Year One (1) (Period of Performance 01 June 2022- 31 May 2023), Quantity/Unit of Issue: 8 each Firm Fixed Price (FFP)
CLIN 1002, Technical Instructional Services, Narcotics Search Warrant Planning and Execution II Classes, Option Year One (1) (Period of Performance 01 June 2022- 31 May 2023), Quantity/Unit of Issue: 2 each Firm Fixed Price (FFP)
CLIN 2001, Technical Instructional Services, Narcotics Search Warrant Planning and Execution I Classes, Option Year Two (2) (Period of Performance 01 June 2023- 31 May 2024), Quantity/Unit of Issue: 8 each Firm Fixed Price (FFP)
CLIN 2002, Technical Instructional Services, Narcotics Search Warrant Planning and Execution II Classes, Option Year Two (2) (01 June 2023- 31 May 2024), Quantity/Unit of Issue: 2 each Firm Fixed Price (FFP)
CLIN 3001, Technical Instructional Services, Narcotics Search Warrant Planning and Execution I Classes, Option Year Three (3) (Period of Performance 01 June 2024- 31 May 2025), Quantity/Unit of Issue: 8 eachFirm Fixed Price (FFP)
CLIN 3002, Technical Instructional Services, Narcotics Search Warrant Planning and Execution II Classes, Option Year Three (3) (01 June 2024- 31 May 2025), Quantity/Unit of Issue: 2 each Firm Fixed Price (FFP)
CLIN 4001, Technical Instructional Services, Narcotics Search Warrant Planning and Execution I Classes, Option Year Four (4) (Period of Performance 01 June 2025-31 May 2026), Quantity/Unit of Issue: 8 each Firm Fixed Price (FFP)
CLIN 4002, Technical Instructional Services, Narcotics Search Warrant Planning and Execution II Classes, Option Year Four (4) (01 June 2025- 31 May 2026), Quantity/Unit of Issue: 2 each Firm Fixed Price (FFP)
Proposal prices for CLINs 0001, 0002, 1001, 1002, 2001, 2002, 3001, 3002, 4001 and 4002 shall be firm fixed price (FFP) and inclusive of all labor, materials, travel, supervision, and associated services required to perform the training described within the Performance Work Statement (PWS).
The Service Contract Act applies to this acquisition. Reference Attachment 4 Service Contract Wage Determination 2015-5170 for Lauderdale County, Revision No. 13 dated May 22, 2020 for the wage determination that is applicable to this acquisition.
The contractor shall refer to Attachment #2 “Proposal Submission Requirements” for a description of the past performance and technical document submissions that are required with the proposal package. The contractor shall also refer to Attachment #3-Evaluation Criteria for the evaluation criteria that will be used to evaluate and rate each submitted proposal. It is the Government’s intention to award without discussions.
Proposals are due at 4:00 p.m. local (CST) time on 30 April 2021 Proposals shall be hand delivered or mailed to the following address. Electronic submission (email nor beta.SAM.gov (FBO) upload) IS NOT ACCEPTABLE. Late receipt of proposals due to building access or delay in mailing, will not be deemed excusable and the Contracting Officer may declare the proposal late and remove it from further consideration.
Proposal packages should be marked and delivered as follow:
MS ARNG NGMS-PFC
Attn: Areghan & Anguizola 144 Military Drive
Flowood, MS 39232
Package shall contain two (2) hard copies of complete proposal and a CD (thumb drives are not allowed) of complete proposal; no other electronic medium is allowed. Mailed proposals should use a trackable delivery method. Email notification of intended proposal submission is recommended and should include delivery method and tracking information. Do not email proposal itself; only email notification of intent to provide a proposal. Email notification of proposal submission, should be sent to:
LaShanda Areghan [email protected], and Lisa Anguizola, [email protected]
Emailed and faxed proposals will not be accepted. The contractor is responsible for ensuring their proposal package is received at the USPFO P&C Office by the due date/time.
All questions and answers regarding this requirement must be in writing. Questions shall be sent to emails provided above. Questions must be received NLT three workdays prior to solicitation closing; questions received after this time may not be addressed before close of solicitation. Answers will be provided with questions, on a non-attribution basis and posted on beta. SAM.
Proposals must include a statement indicating their proposal is valid for minimum of 90 days after proposal due date. Offers providing less than the number of days specified may not be considered. If no number is specified, the Government shall apply 90 days.
Attachments:
Attachment 1- Solicitation Provision and Clauses
Attachment 2- Proposal Submission Requirements
Attachment 2A- Proposal Submission Form
Attachment 3- Evaluation Criteria and Basis for Award
Attachment 4A- Past Performance Questionnaire Cover
Attachment 4B- Past Performance Questionnaire
Attachment 5- Service Contract Act Wage Determination