Posted: June 4, 2019, 10:42 a.m. EDT
The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, Natick Contracting Division intends to award a Firm Fixed Price sole source purchase order on behalf of the Joint Program Executive Office (JPM P) to D-CO, Leaders and Training LLC., PO Box 376, Rockwood ME 04478 under the authority as prescribed in FAR Part 13.106-1(b)(1)(i) - only one source reasonably available that will satisfy agency requirements. This requirement is for the purchase of maneuver tactics and (PPE) equipment training for subterranean operations.
D-CO, Leaders and Training LLC. has previously provided this training in the past and is familiar with the area and conditions that will be encountered. The training being requested must be the same training that has been provided to the US Army Infantry School for Sub-T Missions. The training provided must meet the same standards and therefore, D-CO is the only source of this training.
This is a notice of intent to issue this solicitation on a sole source basis. This notice of intent is not a request for quotations (RFQ). Any other firms desiring consideration must fully identify their interest and capability to provide these items no later than June 6, 2019 to the individual listed below. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Interested persons may identify their interest in writing, to the Government point of contact. Responses to this notice must be received no later than 5:00pm Eastern Standard Time (EST), June 7, 2019. The point of contact for this action is Mr. Lee Hess, lee.a.hess.civ@mail.mil. No telephone requests will be honored.
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS
1. Class Code: ____U (Education & Training Services)_______
2. NAICS Code: __611699__
3. Subject: Maneuver Tactics and (PPE) Equipment Training for Subterranean Operation
4. Solicitation Number: _W911QY-19-R-0035_.
5. Set-Aside Code: __N/A__________
6. Response Date: ___06/07/2019_______
7. Place of Delivery/Performance: Duration: (2) 5 day training sessions
____________________
__ {Attn line & street address}
__ _________ _ {City/State}
__Seoul, South Korea _____ {Zip Code and Country}
8.
(i) The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b) (1) (i) Only one responsible source and No Other Supplies or Services Will Satisfy Agency Requirements. The name of the company the Government intends to award to is D-CO, Leaders and Training LLC, PO Box 376, Rockwood, ME 04478. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation.
(ii) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.
(iii) The solicitation number is _W911QY-19-R-0035_ This acquisition is issued as an ___RFQ___.
(iv) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 dated 20 December 2018.
(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 - Maneuver Tactics and (PPE) Equipment Training for Subterranean Operations, Qty: 1, UOM:JB
CLIN 0002 - Maneuver Tactics and (PPE) Equipment Training for Subterranean Operations, Qty: 1, UOM:JB CLIN 0003 - Contractor Manpower Reporting
(vi) Description of requirements: Maneuver Tactics and (PPE) Equipment Training for Subterranean Operation
(vii) Delivery is required by _1 July, 2019
(viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and is incorporated by reference to this RFQ.
(ix) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer (SAM.gov registration).
(x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is incorporated by reference to this RFQ.
(xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: _____________________________________.
(xii) The following additional contract requirement(s) or terms and conditions apply:
FAR:
52.212-3 - Offeror Representations and Certifications - Commercial Items
52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Award
52.204-16 - Commercial and Government Entitiy Code
52.204-18 - Registration in SAMS
52.204-21 - Basic Safeguarding of Covered Contractor Information Systems
52.209-6 - Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
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 Special Disabled Veterans, Veterans of The Vietnam Era, And Other Eligible Veterans
52.222-41 - Service Contract Labor Standards
52.222-42 - Statement of Equivalent Rates for Federal Hires
52.222-44 - Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment
52.222-50 - Combating Trafficking In Persons
52.222-55 - Minimum Wages Under Executive Order 13706
52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 - Restrictions on Certain Foreign Purchases
52.225-19 - Contractor Personnel In A Designated Operational Area of Supporting Diplomatic or Consular Mission Outside the United States
52.232-33 - Payment by Electronic Funds Transfer
52.232-40 - Accelerated Payments to Small Business Subcontractors
DFARS:
252.203-7000 - Requirements Relating to Compensation of Former DoD Officials
252.204-7000 - Disclosure of Information
252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting
252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports
252.203-7005 - Representation Relating to Compensation of Former DoD Officials
252.225-7000 - Buy American Statute - Balance of Payments Program Certificate
252.225-7001 - Buy American Act and Balance of Payments Program
252.232-7006 - Electronic Submission of Payment Requests and Receiving Reports
252.204-7008 - Compliance with Safeguarding Coverd Defense Information Controls
252.204-7015 - Disclosure of Information to Litigation Support Contractors
252.225-7040 - Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside The United States
252.225-7043 - Antiterrorism/Force Protection Policy For Defense Contractors Outside the United States
252.232-7010 - Levies on Contract Payments
252.237-7010 - Prohibition of Interrogation of Detainees by Contractor Personnel
252.244-7000 - Subcontracts for Commercial Items
252.246-7008 - Sources of Electronic Parts
252.247-7023 - Transportation of Supplies by Sea
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/
(End of clause)
252.232-7006 - Wide Area WorkFlow Payment Instructions
(a) Definitions. As used in this clause--
Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization.
Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission
of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall--
(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through
WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/.
(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions.The Contractor must use the following information when submitting payment
requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).
COMBO
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
W56SQD
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the
system.
Routing Data Table*
--------------------------------------------------------------------------------------------
Field Name in WAWF Data to be entered in WAWF
--------------------------------------------------------------------------------------------
Pay Official DoDAAC HQ0490
Issue By DoDAAC W911QY
Admin DoDAAC W911QY
Inspect By DoDAAC W56SQD
Ship To Code W56SQD
Ship From Code
Mark For Code
Service Approver (DoDAAC)
Service Acceptor (DoDAAC)
Accept at Other DoDAAC
LPO DoDAAC
DCAA Auditor DoDAAC
Other DoDAAC(s)
--------------------------------------------------------------------------------------------
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.
(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.
Tabitha.c.seay.ctr@mail.mil
Lee.a.hess.civ@mail.mil
(g) WAWF point of contact. (1) The Contractor may obtain clarification regard invoicing in WAWF from the
following contracting activity's WAWF point of contact.
Tabitha.c.seay.ctr@mail.mil
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)
CONTRACTOR MANPOWER REPORTING
Contractor Manpower Reporting
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 contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through
September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at: http://www.ecmra.mil.
The required information includes:
(1) Unit Identification Code (UIC) of the Army Requiring Activity that would be performing the mission if not for the contractor: W56SQD.
(2) Command of the Requiring Activity that would be performing the mission if not for the contractor: Joint Project Executive Office - Chemical Biological Defense.
(3) Contracting Officer (KO) and contact information: Lee A. Hess, lee.a.hess.civ@mail.mil,
301-619-8532
(4) Government Technical Point of Contact and contact information: Mr. Tim Tharp, (410) 652-7683.
(5) Federal Service Code (FSC) reflecting services provided by contractor (and separate FSC for each subcontractor if different). If there are multiple FSCs for an Order number, enter a separate
data record for each FSC.
(6) Location where contractor and subcontractor(s) perform the service, including the city, state, zip code, and country. When service is performed at an overseas location, state only the city and country. If there are multiple Locations for an Order number, enter a separate data record for each Location. (Note: If there are many location records that need to be entered, the Bulk Loader function is available which allows the transfer of information from a contractor's system to the secure web site. The Bulk Loader Template and Bulk Loader Instructions may be downloaded from the web site.)
(xiii) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as unrated__N/A__.
(xiv) The following notes apply to this announcement:
In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition.
(xv) Offers are due on __June 7th, 2019_, by __5:00 p.m. EST____, to Lee A. Hess via email: lee.a.hess.civ@mail.mil.
(xvi) For information regarding this solicitation, please contact the Contracting Officer, Lee A. Hess at the above listed email address.