Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

U -- Sustainer Forge - Deployment Readiness Exercise (SF-DRE)

Notice Date
5/19/2022 5:01:10 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
W6QM MICC-FT BENNING FORT BENNING GA 31905-5000 USA
 
ZIP Code
31905-5000
 
Solicitation Number
W911SF-22-R-0025
 
Response Due
5/25/2022 8:00:00 AM
 
Archive Date
06/09/2022
 
Point of Contact
Racheal L. Valdez, Phone: 7065450350, Vernessa Hampton, Phone: 7065452420
 
E-Mail Address
racheal.l.valdez.civ@army.mil, vernessa.hampton.civ@army.mil
(racheal.l.valdez.civ@army.mil, vernessa.hampton.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial products or commercial services 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; proposals are being requested and a written solicitation will not be issued. This combined sysnopsis/solicitation (W911SF-22-R-0025) is being issued as a request for proposal�(RFP) utilizing a Total Small Business Set-Aside, and incorporates provisions and clauses in effect�through Federal Acquisition Circular (FAC) 2022-05, published March 7, 2022. Description of the Requirement: The Mission and Installation Contractiing Command (MICC) � Fort Benning has a requirement to provide a Sustainer Forge - Deployment Readiness Exercise�(SF-DRE) Training event in support of 6th Battalion, 1st Security Force Assistance Brigade (SFAB).�The unit is planning to execute SF-DRE training from on or about 11 June 2022 to on or about 18�June 2022. This service shall provide a complete specialized training package that include�realistic scenarios, conducted by highly experienced personnel as well as personnel trained to�identify and fill operational gaps in military, law enforcement, and corporate worlds. The DRE is�designed to be executed at the culmination of foundation and collective training cycle in�preparation for Brigade Validation Exercise (VALEX). The DRE shall provide training for two�Logistic Advising Teams (LATs) consisting of 13 Advisors, in a Large Scale Combat Operation (LSCO)�scenario with the focus on implementing and sustain a Logistic Resupply Point (LRP). Further�details of the Program of Instruction (POI) can be found on Attachment 1 - Performance Work�Statement and additional attachments included in this publication. DELIVERY INFORMATION: Period of Performance: 11 June 2022 through 18 June 2022 CLIN 0001, Non-Personal Service QTY: 1 Unit Price ____________ Total Price ____________ Non-personal Services Sustainer Forge - Deployment Readiness Exercise (SF-DRE) Training Event CLIN 0002, Contrat Manpower Reporting QTY: 1 Unit Price NSP Total Price NSP SOLICITATION PROVISIONS (Provided in Attachment): This solicitation incorporates by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. The full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov CONTRACT CLAUSES (Provided in Attachment): The resulting contract will incorporate clauses by reference, with the same force and effect as if they were given in full text. The full text of a contract clause may be accessed electronically at this address: https://www.acquisition.gov 1. This requirement will utilize the Lowest Price-Technically Acceptable (LPTA) source selection procedures IAW 15.101-2. Under LPTA, all factors other than cost or price are evaluated on an �acceptable� or �unacceptable� basis. Best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. 2. The Offeror is to provide its submission in accordance with the instructions found herein and within the solicitation provision 52.212-1, Instructions to Offerors � Commercial Items. The SF1449 is not being used so Offerors are to make their submission by way of company letterhead and the CLIN structure in this Combined Synopsis/Solicitation. Offer must ensure the NAICS code is listed in their certification in the FAR report prior to submitting offers. Offers to be received by MICC-Fort Benning no later than (NLT) 11:00 a.m. Eastern Standard Time (EST), Wednesdy, May 25, 2022 via email to: racheal.l.valdez.civ@army.mil. *Offers received via faximail or U.S. Post will not be accepted. Questions are to be submitted by email to racheal.l.valdez.civ@army.mil NLT 12:00 PM EST, Wednesday, May 18, 2022. 3. Offer is to consist of the following documents: Company letterhead, containing information prescribed by 52.212-1. Documents for technical evaluation, representations and certifications, and past performance as addressed in subparagraphs 52.212-1(b)(4), (8) and (10) are to be provided separately as discussed below. 4. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM) with all required information provided prior to award, will not be considered. Vendors may register with SAM by going to�www.sam.gov. 5. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM) under 611710, Educational Support Services, prior to submitting proposals, will not be considered. Vendors may register with SAM by going to www.sam.gov. Contracting Office Address: MICC-Fort Benning, 6650 Meloy Drive, Suite 250, Fort Benning, GA 31905 Point of Contact: Racheal Valdez, Email: racheal.l.valdez.civ@army.mil, 706-545-0350 or Ms.Vernessa Hampton, Email: vernessa.hampton.civ@army.mil, 706-545-2420. List of Attachments: Attachment 1 � Performance Work Statement Attachment 2 � Clauses & Provision Attachment 3 � Specifications
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2835618d9e434faca660bddbb71ade76/view)
 
Place of Performance
Address: Fort Benning, GA 31905, USA
Zip Code: 31905
Country: USA
 
Record
SN06332214-F 20220521/220519230057 (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.