Washington Bids > Bid Detail

Human Trafficking & Gangs (Multiple Award IDIQ)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159039173872236
Posted Date: Jan 19, 2023
Due Date: Jan 19, 2023
Solicitation No: W912K3-23-R-0006
Source: https://sam.gov/opp/88b5a104ca...
Follow
Human Trafficking & Gangs (Multiple Award IDIQ)
Active
Contract Opportunity
Notice ID
W912K3-23-R-0006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N6 USPFO ACTIVITY WA ARNG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Jan 19, 2023 10:55 am PST
  • Original Published Date: Jan 06, 2023 03:14 pm PST
  • Updated Date Offers Due: Jan 19, 2023 02:00 pm PST
  • Original Date Offers Due: Jan 19, 2023 02:00 pm PST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 03, 2023
  • Original Inactive Date: Feb 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: U099 - EDUCATION/TRAINING- OTHER
  • NAICS Code:
    • 611519 - Other Technical and Trade Schools
  • Place of Performance:
    Camp Murray , WA 98430
    USA
Description View Changes



This is a combined synopsis/solicitation for commercial items prepared in accordance with 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.



Solicitation number/W912K3-23-R-0006 is hereby issued as a Request for Quote (RFQ). The



Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08, Dated 28 October 2022 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20221028. It is the contractor’s responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for Small Business under North American Industry Classification Standards (NAICS) code 611519.



This RFQ is for a Firm Fixed Price (FFP) Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The Government intends to award multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to a qualified vendors deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quotes conform to all of the RFQ's requirements and is judged to represent the Best Value to the Government A best value to the government under FAR Part 13 allows the contracting officer broad discretion to evaluate offers based on price and non-priced factors. Non-price factors that may be considered include past performance, technical expertise, training and background in the subject matter, proposed training/delivery methods, training instructor credentials, availability/capacity, and any other process relevant to this type of service. Delivery of requirements will be determined on a task order basis (FOB destination). Price will be evaluated competitively on a task order basis as requirements are developed and funded. This office will consider any late offers or any late revisions of offers as non-responsive.





ln no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government.





Government POC: Government POC will be provided at time of award. Any changes must be coordinated through the government POC and approved in writing by the Contracting Officer.





Responses must be submitted in writing no later than 19 January 2023 at 2:00 P.M. (Pacific Time) to dennis.k.jutras.civ@army.mil. All questions regarding this RFQ must be submitted by email no later than 16 January 2023.



*ALL QUESTIONS MUST BE IN WRITING (EMAIL)*





Description of Requirement





See attached SF1449 Solicitation Document and Performance Work Statements. Pricing will be evaluated on a task order basis. Multiple IDIQs will be established with maximum ceiling of $250,000 for up to a 5-year period. Ideally, all vendors awarded an IDIQ will be able to support all of the training courses, however some vendors will only be awarded those CLINs that they are determined capable/most suitable to provide training for. Task orders will be awarded on an as needed basis (and may include up to a year’s worth of requirements/training events). The following CLIN structure will be used in the IDIQs:





CLIN 0001: Gang Awareness and Narcotics Investigations – In Person



CLIN 0002: Gang Awareness and Narcotics Investigations – Virtual





CLIN 0003: Mexican Drug Cartel Investigation – In Person



CLIN 0004: Mexican Drug Cartel Investigation – Virtual





CLIN 0005: Human Trafficking – In Person



CLIN 0006: Human Trafficking – Virtual





Extended Description



*See attached Performance Work Statements (PWS) for course requirement details. All courses must be deliverable both in person and virtually and will be determined on a task order basis through a request for quote upon development and funding of requirements.



**Service Contract Act Wage Determinations Apply (will be included on a task order basis) – Location specific wage determinations may be found at: https://sam.gov/content/wage-determinations



***Please include SAM UEID and Cage Code in responses to this RFQ.





The following FAR Provisions, included in the attached SF1449, must be completed and returned as part of the response to this solicitation:





52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS



52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT



52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES





Submission of Invoices



In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO FOR WAARNG DO NOT DELETE BLDG 32 QUARTERMASTER RD CP MURRAY
  • TACOMA , WA 98430-5170
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >