Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

U -- Clandestine Laboratory Investigations and Synthetic Opioid & Fentanyl Processing

Notice Date
4/7/2021 6:24:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
W7NH USPFO ACTIVITY MS ARNG FLOWOOD MS 39232-8861 USA
 
ZIP Code
39232-8861
 
Solicitation Number
W9127Q-21-R-0004
 
Response Due
4/30/2021 2:00:00 PM
 
Archive Date
05/15/2021
 
Point of Contact
LASHANDA AREGHAN, Phone: 6013131636, Lisa D Anguizola
 
E-Mail Address
lashanda.d.areghan.civ@mail.mil, lisa.d.anguizola.civ@mail.mil
(lashanda.d.areghan.civ@mail.mil, lisa.d.anguizola.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR W9127Q-21-R-0004 INSTRUCTIONAL SERVICES CLANDESTINE LAB INVESTIGATIONS, SYNTHETIC OPIOID AND FENTANYL PROCESSING, OSHA CLANDESTINE METH LAB RECERTIFICATION FOR 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; quotes are being requested and a written solicitation will not be issued. This solicitation, W9127Q-21-R-0004, 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 January 13, 2021, 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 a Clandestine Laboratory Investigations and Synthetic Opioid & Fentanyl Processing Classes in accordance with the Performance Work Statement(PWS). The CLIN structure for the Combined Synopsis/Solicitation and resultant award will be the following: CLIN 0001- Technical Instructional Service for the Clandestine Laboratory Investigations Classes, Base Year (Period of Performance: 06/01/2021-05/31/2022), Quantity/Unit of Issue: 2 EACH Firm Fixed Price (FFP) � CLIN 0002- Technical Instructional Services for the OSHA Clandestine Meth Lab Recertification Classes, Base Year (Period of Performance: 06/01/2021-05/31/2022), Quantity/Unit of Issue: 2 EACH Firm Fixed Price (FFP) � CLIN 0003- Technical Instruction Services for the Synthetic Opioid and Fentanyl Processing Classes, Base Year Period of Performance: (06/01/2021-05/31/2022), Quantity/Unit of Issue: 12EACH Firm Fixed Price (FFP) � CLIN 1001- Technical Instructional Service for the Clandestine Laboratory Investigations Classes, Option Year One (1) (Period of Performance: 06/01/2022-05/31/2023), Quantity/Unit of Issue: 10 EACH Firm Fixed Price (FFP) CLIN 1002- Technical Instructional Services for the OSHA Clandestine Meth Lab Recertification Classes, Option Year One (1) (Period of Performance: 06/01/2022-05/31/2023), Quantity/Unit of Issue: 10 EACHFirm Fixed Price (FFP) � CLIN 1003- Technical Instruction Services for the Synthetic Opioid and Fentanyl Processing Classes, Base Year Period of Performance: (06/01/2022-05/31/2023), Quantity/Unit of Issue: 12EACH Firm Fixed Price (FFP) � CLIN 2001- Technical Instructional Service for the Clandestine Laboratory Investigations Classes, Option Year Two (2) Period of Performance: (06/01/2023-05/31/2024), Quantity/Unit of Issue: 10 EACH Firm Fixed Price (FFP) � CLIN 2002- Technical Instructional Services for the OSHA Clandestine Meth Lab Recertification Classes, Option Year Two (2) (Period of Performance: 06/01/2023-05/31/2024), Quantity/Unit of Issue: 10 EACH Firm Fixed Price (FFP) � CLIN 2003- Technical Instruction Services for the Synthetic Opioid and Fentanyl Processing Classes, Base Year Period of Performance: (06/01/2023-05/31/2024), Quantity/Unit of Issue: 12EACH Firm Fixed Price (FFP) � CLIN 3001- Technical Instructional Service for the Clandestine Laboratory Investigations Classes, Option Year Three (3) (Period of Performance: 06/01/2024-05/31/2025), Quantity/Unit of Issue: 10 EACH Firm Fixed Price (FFP) � CLIN 3002- Technical Instructional Services for the OSHA Clandestine Meth Lab Recertification Classes, Option Year Three (3) (Period of Performance: 06/01/2024-05/31/2025), Quantity/Unit of Issue: 10 EACH Firm Fixed Price (FFP) � CLIN 3003- Technical Instruction Services for the Synthetic Opioid and Fentanyl Processing Classes, Base Year Period of Performance: (06/01/2024-05/31/2025), Quantity/Unit of Issue: 12EACH Firm Fixed Price (FFP) � CLIN 4001- Technical Instructional Service for the Clandestine Laboratory Investigations Classes, Option Year Four (4) (Period of Performance: 06/01/2025-05/31/2026), Quantity/Unit of Issue: 10 EACH Firm Fixed Price (FFP) � CLIN 4002- Technical Instructional Services for the OSHA Clandestine Meth Lab Recertification Classes, Option Year Four (4) (Period of Performance: 06/01/2025-05/31/2026), Quantity/Unit of Issue: 10 EACH Firm Fixed Price (FFP) � CLIN 4003- Technical Instruction Services for the Synthetic Opioid and Fentanyl Processing Classes, Base Year Period of Performance: (06/01/2025-05/31/2026), Quantity/Unit of Issue: 12EACH Firm Fixed Price (FFP) �Proposal prices for CLINs 0001, 0002, 1001, 1002, 2001, 2002, 3001, 3002,and 4001, 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�December �20, 2020 for the wage determination that is applicable to this acquisition. All proposals shall reference RFP number W9127Q-21-R-0004. 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 and Attachment 2A- Proposal Submission Form for pricing information.�Attachment #5-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 Thursday, 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 mail delays 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 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 lashanda.d.areghan.civ@mail.mil, and Lisa Anguizola, lisa.d.anguizola.civ@mail.mil Emailed and Facsimile 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 must be in writing. Questions shall be sent to emails provided above. Questions must be received NLT three workdays prior to closing; questions received after this time will not be addressed before close of soliciation. Answers will be provided with questions, on a non-attribution basis to all interested parties. 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
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/857bb1bd2a3049b992012daa3473828d/view)
 
Place of Performance
Address: Meridian, MS 39307, USA
Zip Code: 39307
Country: USA
 
Record
SN05964856-F 20210409/210407230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.