Federal Bid

Last Updated on 22 Apr 2020 at 3 AM
Combined Synopsis/Solicitation
Fargo North dakota

Structural Collapse Venue Site (SCVS) / "Rubble Pile"

Solicitation ID PANNGB20P8091
Posted Date 30 Mar 2020 at 4 PM
Archive Date 21 Apr 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7nt Uspfo Activity Ndang 119
Agency Department Of Defense
Location Fargo North dakota United states 58102

This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued.

(ii)  This solicitation is being issued as a request for quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2020-04, Effective January 15, 2020.

(iii) The Product Service Code (PSC) is N069.  The NAICS is 541690 and the business size standard is $16.5M.  This acquisition is SET ASIDE FOR SMALL BUSINESS.

(iv) Description of Requirements: The 119th Wing, located in Fargo, ND has a requirement for the design and installation of a Structural Collapse Venue Site (SCVS), also known as a “rubble pile” for required Search and Extraction (S&E) Rescue Training.  The SCVS is required to possess training props in accordance with NFPA 1402 Chapter 11, “Technical Search and Rescue Training Props” to support required training in the following disciplines of Search and Extraction:

  1. Lifting and Hauling
  2. Shoring
  3. Confined Space
  4. Rope
  5. Breaching and Breaking

In addition to the design and installation of a SCVS, the 119th Wing also requires Site Preparation for the installation of the required SCVS.  Site Preparation shall be included as an Option (Option 1) that may or may not be exercised at the discretion of the Government at the time of contract award.  The contractor shall provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, other items, and non-personal services necessary to perform Site Preparation, Design, and Installation of a SCVS for the 119th Wing, North Dakota Air National Guard.  See the Performance Work Statement (PWS) for specific details.

CLIN 0001     DESIGN/INSTALLATION OF STRUCTURAL COLLAPSE VENUE SITE     1 JOB

CLIN 0002     CMRA FEE                                                                                                                   1 JOB

CLIN 0003     OPTION 1 / SITE PREPARATION                                                                         1 JOB

(v)  Description of requirements for the services acquired: See PWS.

(vi) Dates and place of delivery and acceptance:  The anticipated Period of Performance Period for this effort is required to be completed no later than July 15th, 2020 due to a scheduled Vigilant Guard Exercise to be completed in early August, but is subject to change by the Contracting Officer.

(vii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.  Provisions and clauses can be viewed at https://acquisition.gov.

ADDENDUM TO FAR 52.212-1 Instructions to Offerors-Commercial Items:

Offerors shall prepare their quotations in accordance with FAR 52.212-1.  In addition, the following information shall be included:

  1. DUNS Number.
  2. Federal Tax ID Number.
  3. CAGE Code.
  4. Contractor’s Legal Name.
  5. Payment Terms (NET 30) or Discount.
  6. Point of Contact and Phone Number.
  7. Email address.
  8. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items.
  9. TECHNICAL ACCEPTABILITY INFORMATION:  Interested Parties shall provide details of your firm's ability to carry out the services requested.  This information will be used to determine the technical capability of the services sought.  Any Interested Party who submits an offer SHALL include proposed designs and proposed Materials List with their offer.
  10. PRICE:  Interested parties shall submit pricing with the following Contract Line Item Number (CLIN) Structure:

CLIN 0001     PRICE- DESIGN/INSTALLATION OF SCVS                                              1 JOB

                           -Total price inclusive of travel costs, equipment rental, etc.

CLIN 0002     PRICE-CMRA FEE                                                                                            1 JOB

                           -Self Explanatory / see paragraph below

CLIN 0003     PRICE-OPTION 1 / SITE PREPARATION                                                 1 JOB

                           -Total price associated with site prep

     11. ADDITIONAL FEE ASSOCIATED WITH CONTRACT MANPOWER REPORTING APPLICATIONS (CMRA) REQUIREMENT.  Any resultant award/contract shall require that ALL contractor Labor Hours (including subcontractor labor hours) are reported for performance of services provided for the Department of the Air Force via a secure data collection site. See paragraph 5.14 of the associated Performance Work Statement for additional details. While additional charges are authorized, offerors are also permitted to meet this requirement at no additional cost to the Government.

     12. LENGTH OF TERM THAT OFFERS ARE VALID.  The price that is provided for all CLINS associated with this requirement shall include a length of term in which the offeror’s quote is valid for (i.e. 30, 60, 90 days).

     13. WARRANTY INFORMATION.  Interested Parties shall include warranty information with their offer.

**Offerors shall submit quotes electronically via email to the individuals listed in paragraph xiv below.

(viii) The provision at 52.212-2, Evaluation -Commercial Items (OCT 2014) applies to this acquisition. Evaluation of proposals will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106.  Evaluation factors are listed below.

Evaluation-Commercial Items (Oct 2014)

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government in terms of Best Value, with price and other factors considered. The following factors shall be used to evaluate offers:

  1. Technical capability of the services offered to meet the Government requirement
  2. Price
  3. Past Performance

***Technical and past performance, when combined, are approximately equal when compared to cost or price.

Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

**BASIS OF AWARD:  The Government’s basis of award shall be made on offers submitted by “Interested Parties” whose quote best meets the requirements identified in paragraph five (5), pages 11-14 of the PWS and the conceptual design identified in Technical Exhibit 7, Views 1-6 of the PWS. Any Interested Party who submits an offer SHALL include proposed designs and proposed Materials List with their offer.

(ix) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

(x) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.

(xi) Contract award may be made without discussions.

(xii) Contractors must possess a current S.A.M. Registration to be considered “eligible” for contract award.

(xiii)  Responses to this solicitation are to be submitted and received electronically via email by 3:00 P.M. Central Daylight Time (CDT) on Monday, April 6th, 2020.  Any questions or requests for information shall be submitted in writing to the individuals listed in paragraph (xiv) below no later than 3:00 P.M. Central Daylight Time (CDT) on Friday, March 27th , 2020.  *Any interested party who desires to request a Site Visit must do so by submitting a written request to the individuals listed in paragraph (xiv) below no later than 3:00 P.M. Central Daylight Time (CDT) on Friday, March 27th, 2020

(xiv) Responses and/or questions are to be submitted electronically to Brian Erdmann via email at [email protected] and Rachel Syverson at [email protected].

(xv) THE FOLLOWING FAR CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS ACQUISITION.  THIS LIST MAY NOT BE ALL INCLUSIVE:

52.202-1              Definitions NOV 2013

52.203-6              Restrictions on Subcontractor Sales to the Government Alternate 

52.203-17            Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights 

52.203-18            Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements—Representation

52.204-7              System for Award Management 

52.204-9              Personal Identity Verification of Contractor Personnel

*52.204-10         Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13            System for Award Management Maintenance

52.204-16            Commercial and Government Entity Code Reporting

52.204-18            Commercial and Government Entity Code Maintenance

52.204-19            Incorporation by Reference of Representations and Certifications

52.204-23            Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

52.204-24            Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.204-25            Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

52.204-26            Covered Telecommunications Equipment or Services-Representation

*52.209-6            Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment   

52.209-10            Prohibition on Contracting With Inverted Domestic Corporations   

52.212-1               Instructions to Offerors--Commercial Items

52.212-2               Evaluation-Commercial Items

52.212-3               Offerer 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 Order-Commercial Items

52.216-25             Contract Definitization

52.217-4               Evaluation of Options at Time of Contract Award

52.217-8               Option to Extend Services

52.219-6               Notice Of Total Small Business Set-Aside

*52.219-8            Utilization of Small Business Concerns

*52.219-14          Limitations on Subcontracting

*52.219-28          Post-Award Small Business Program Representation

*52.222-3             Convict Labor

*52.222-17          Non-displacement of Qualified Workers

*52.222-21          Prohibition Of Segregated Facilities   

*52.222-26          Equal Opportunity

*52.222-36          Equal Opportunity for Workers with Disabilities   

*52.222-41          Service Contract Labor Standards 

*52.222-42          Statement of Equivalent Rates for Federal Hires

*52.222-43          Fair Labor Standards Act and Service Contract Labor Standards

*52.222-50          Combating Trafficking in Persons

*52.222-55          Minimum Wages Under Executive Order 13658   

*52.222-62          Paid Sick Leave Under Executive Order 13706   

*52.223-18          Encouraging Contractor Policies To Ban Text Messaging While Driving     

*52.225-13          Restrictions on Certain Foreign Purchases

52.225-25            Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications

*52.232-33          Payment by Electronic Funds Transfer--System for Award Management

52.232-39            Unenforceability of Unauthorized Obligations

52.232-1              Payments

52.232-39            Unenforceability of Unauthorized Obligations

52.232-40            Providing Accelerated Payments to Small Business Subcontractors

52.233-2              Service of Protest

52.233-3              Protest After Award

52.233-4              Applicable Law for Breach of Contract Claim  

52.249-4              Termination For Convenience Of The Government (Services) (Short Form) 

52.249-8              Default (Fixed-Price Supply & Service)

*Denotes Contract Clauses included within FAR Clause 52.212-5 at the time of Contract Award.

(xvi) THE FOLLOWING DFARS PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS ACQUISITION:

252.203-7000    Requirements Relating to Compensation of Former DoD Officials 

252.203-7002    Requirement to Inform Employees of Whistleblower Rights

252.203-7003    Agency Office of the Inspector General

252.203-7005    Representation Relating to Compensation of Former DoD Officials

252.204-7003    Control of Government Personnel Work Product

252.204-7004    Antiterrorism Awareness Training for Contractors

252.204-7006      Billing Instructions

252.204-7008    Compliance with Safeguarding Covered Defense Information Controls

252.204-7009    Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

252.204-7012    Safeguarding of Unclassified Controlled Technical Information

252.204-7015    Notice of Authorized Disclosure of Information for Litigation Support

252.204-7016    Covered Defense Telecommunications Equipment or Services—Representation

252.204-7017    Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services— Representation

252.204-7018    Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

252.223-7006    Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 

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

252.232-7006    Wide Area WorkFlow Payment Instructions

252.232-7010    Levies on Contract Payments

252.239-7001    Information Assurance Contractor Training and Certification

252.243-7001    Pricing of Contract Modifications

252.244-7000    Subcontracts for Commercial Items

252.247-7023    Transportation of Supplies by Sea

252.243-7001      Requests for Equitable Adjustment

(xvii) CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT

52.219-6 NOTICE OF SMALL BUSINESS SET-ASIDE (NOV 2011)

(a) Definition. “Small business concern,” as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation.

(b) Applicability. This clause applies only to--

(1) Contracts that have been totally set aside or reserved for small business concerns; and

(2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).*

(c) General.

(1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected.

(2) Any award resulting from this solicitation will be made to a small business concern.

(d) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts.

(End of Clause)

Bid Protests Not Available

Similar Past Bids

Similar Opportunities

Washington navy yard District of columbia 24 Oct 2025 at 2 PM
Annville Pennsylvania 09 Jul 2025 at 12 PM
Location Unknown 31 Jan 2026 at 5 AM (estimated)
Prairie du sac Wisconsin 10 Jul 2025 at 9 PM
Redstone arsenal Alabama 01 Aug 2025 at 7 PM