Federal Bid

Last Updated on 29 Apr 2021 at 7 PM
Combined Synopsis/Solicitation
Meridian Mississippi

RCTA SURVEILLANCE FOR DRUG ENFORCEMENT CLASSES

Solicitation ID W9127Q-21-R-0013
Posted Date 29 Apr 2021 at 7 PM
Archive Date 15 May 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7nh Uspfo Activity Ms Arng
Agency Department Of Defense
Location Meridian Mississippi United states 39307

Amendment 03- RCTA Technical Instructional Services for W9127Q-21-R-0013 Surveillance for Drug Enforcement LDA 20210429

Remove/Delete: Section 5.3 of the Performance Work Statement. Surveillance for Drug Enforcement Level II or Advanced classes are not to be included in this requirement. Per regulations, RCTA is not able to provide instruction for UAS, which is part of the Advanced/Level II curriculum. Any other mention in this solicitation requirement of Advance or Level II courses for Surveillance for Drug Enforcement shall be omitted. Only the Basic course for Surveillance for Drug Enforcement is required.

Please advise requirement POC should you have any questions/concerns.

***************************************

Amendment 02- QUANTITY CHANGES FOR CLINs 0001 TO 0005 are summarized as follows: See Proposal Submission Form Revision 2 that reflects these changes. CLINs 0001 to 0005 are summarrized as follows:

a. Base year ClIN 0001 quantity changed from 4 each to 8 each)

            b. Option period CLINs 0002, 0003, 0004, and 0005 quantity decreased from (6 each to 10each)

            

LDA 20210427

***********************

Request for Information 01 20210415 – Questions and answers are attached     LDA 20210415

***********************

AMENDMENT 01 - RCTA Technical Instructional Services      LDA 20210409

1.  Remove/Delete "Attachment 3 Evaluation Criteria & Basis for Award"  Replace/Add "Attachment 3 Evaluation Criteria & Basis for Award (REV)"   Changes were necessary to clarify language related to the Technical Subfactors

2.  Remove/Delete " Attachment 2A- Proposal Submission Form" Replace/Add " Attachment 2A- Proposal Submission Form (REV)"  Amendment Acknowledgement & authorized signature was added to this form.

No further changes are made at this time.  Be sure to acknowledge receipt of amendment on bottom of the revised proposal form as indicated.

COMBINED SYNOPSIS/SOLICITATION FOR W9127Q-21-R-0013

TECHNICAL INSTRUCTIONAL SERVICES FOR SURVEILLANCE FOR DRUG ENFORCEMENT 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-0013, 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 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 Surveillance for Drug Enforcement based on the Performance Work Statement (PWS) and Contract Line Items and quantities.

CLIN 0001, Technical Instructional Services, Surveillance for Drug Enforcement Classes, Base Period (Period of Performance (PoP) 01 June  2021 through 31 May 2022), Quantity/Unit of Issue: 4 each Firm Fixed Price (FFP) (REV 4 each to 8 each)

CLIN 0002, Technical Instructional Services, Surveillance for Drug Enforcement Classes, Option Year One (1) (Period of Performance 01 June  2022- 31 May 2023), Quantity/Unit of Issue: 6 each Firm Fixed Price (FFP) REV (6 each to 10 each)

CLIN 0003, Technical Instructional Services, Surveillance for Drug Enforcement Classes, Option Year Two (2) (Period of Performance 01 June 2023- 31 May 2024), Quantity/Unit of Issue: 6 each Firm Fixed Price (FFP) REV (6 each to 10 each)

CLIN 0004, Technical Instructional Services, Surveillance for Drug Enforcement Classes, Option Year Three (3) (Period of Performance 01 June 2024- 31 May 2025), Quantity/Unit of Issue: 6 each Firm Fixed Price (FFP) REV (6 each to 10 each)

CLIN 0005, Technical Instructional Services, Surveillance for Drug Enforcement Classes, Option Year Four (4) (Period of Performance 01 June 2025-31 May 2026), Quantity/Unit of Issue: 6 each Firm Fixed Price (FFP) REV (6 EACH TO 10 EACH)

Proposal prices for CLINs 0001, 0002, 0003, 0004, and 0005 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 20 December 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 Attachment 2A- Proposal Submission Form for pricing information 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

 

Bid Protests Not Available

Similar Past Bids

Meridian Mississippi 28 Jul 2024 at 10 PM
Meridian Mississippi 21 Apr 2021 at 8 PM
Meridian Mississippi 15 Apr 2021 at 9 PM
Meridian Mississippi 29 Apr 2021 at 2 PM
Meridian Mississippi 29 Apr 2021 at 2 PM

Similar Opportunities

Norfolk Virginia 25 Jul 2025 at 3 PM
Norfolk Virginia 25 Jul 2025 at 3 PM
Norfolk Virginia 25 Jul 2025 at 3 PM
Norfolk Virginia 25 Jul 2025 at 3 PM
Norfolk Virginia 25 Jul 2025 at 3 PM