FY23 Exercise Southern Strike OPFOR Support

expired opportunity(Expired)
From: Federal Government(Federal)
W50S7K-23-R-0006

Basic Details

started - 31 Mar, 2023 (12 months ago)

Start Date

31 Mar, 2023 (12 months ago)
due - 03 Apr, 2023 (11 months ago)

Due Date

03 Apr, 2023 (11 months ago)
Bid Notification

Type

Bid Notification
W50S7K-23-R-0006

Identifier

W50S7K-23-R-0006
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698103)DEPT OF THE ARMY (131586)NGB (17264)W7NH USPFO ACTIVITY MSANG CRTC (63)

Attachments (8)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

AMENDMENT 5: 31 March 2023 In Response to RFI, the PWS was NOT changed. Please see RFI# 4 (W50S7K-23-R-0006_RFI_4) with goverment responses.AMENDMENT 4: 30 March 2023 Extending Solicitation to 3 April 2023AMENDMENT 3: 22 March 2023 In Response to RFI, the PWS was NOT changed. Please see RFI# 3 (W50S7K-23-R-0006_RFI_3) with goverment responses.AMENDMENT 2: 15 March 2023 In Response to RFI, the PWS was changed. Please see new PWS and RFI# 2 (W50S7K-23-R-0006_RFI_2) with goverment responses.AMENDMENT 1: 14 March 2023 In Response to RFI, the PWS was changed. Please see new PWS and RFI with goverment responses.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included with this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is
"W50S7K-23-R-0006" and is issued as a Request for Quote (RFQ) for the CRTC Oppositional Forces (OPFOR) Support Services. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2023-02, effective 12 January 2023 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20230301 dated 1 March 2023. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as total small business set-aside.The North American Industry Classification System Code (NAICS) is 561330 and the small business size standard is $30,000,000.00.The Combat Readiness Training Center-Contracting Office, Gulfport, MS intends to issue a contract/purchase order for Oppositional Forces (OPFOR) Support Services. The contractor shall provide all personnel, equipment, tools, materials, and quality control necessary to perform OPFOR Services for CRTC Gulfport, MS. The period of performance for this service is 15 April 2023 – 28 April 2023.SITE VISITNo site visit will be conducted for this requirement, but video calls and virtual walk through can be arranged. Offerors may contact either of the POC’s listed below to arrange this.Offers are due NLT Thursday, March 30th, 2023, at 4:00 P.M. Central time, using the bid sheet provided. Offers shall be emailed to michael.hornbeck@us.af.mil and brian.davis.18@us.af.mil. Questions concerning this solicitation should be addressed to SMSgt Michael Hornbeck, (228) 214-6168. Alt POC for this action is SMSgt Brian Davis, brian.davis.18@us.af.mil, (228) 214-6072.BASIS OF AWARD:This is a competitive requirement in which competing offerors' proposal will be evaluated on a best value basis. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in a proposal being determined unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The following factors will be used to evaluate the proposals: (1) Past Performance, (2) Technical Capabilities and (3) Price.Past Performance shall be evaluated at being relevant or not relevant, and performance confidence as acceptable or unacceptable.Please limit font to nothing less than 11pt, no more than 10 pages.Submit no more than three (3) references for projects with similar scope/magnitude completed within the last 5 years. The references are to assist the Contracting Officer in the evaluation of past performance.Provide the following information requested in this format for each of the projects/contracts being submitted as a reference project. Projects may be on going and cannot have been completed any earlier than 5 years prior to the solicitation issue date.Project/Contract Title: ________________________________________________________Project Specifics:• Description of Effort as ______Prime Contractor or _____Subcontractor• Contract Number__________________________________________________________• Original Contract $ Value _____________ Current/Final Contract $ Value ____________• If amounts above are different, provide a brief description of the reason:Completion Date:• Original Scheduled Completion Date: ____________________________________• Final Completion Date: _________________________________________• If original completion date and final completion dates are different, provide a brief description of the reason:Provide brief description of the work performed under the contract and describe why you believe the work is relevant to this solicited project.Please try to provide a Point of Contact for Owner/Government agency Contracting Officer and or inspector for each reference project; include a current phone number and Email addressTechnical capability shall be evaluated as ACCEPTABLE/UNACCEPTABLE for the following areasCapability - Does the proposal demonstrate a clear understanding of the performance work statement and the degree to which the proposed technical design and implementation approach is technically and managerially sound and likely to produce results and meet the objectives of the Oppositional Forces (OPFOR) Support Services as described in this solicitation.Service Delivery, Operations and Management Approach - The extent to which the contractor’s management approach demonstrates best practices, reasonableness, and realism. The proposed solution should describe a logical sequence of events, including a proposed implementation timeline, needed to make the implementation of a success service programOfferors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.Please limit font to nothing less than 11pt, no more than 30 pages.Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor.All evaluation factors other than price, when combined, are approximately equal to price.Vendors MUST submit the completed the attached Bid sheet. FAR and DFARS representations must be updated in SAM, to include the Covered Telecommunications Equipment and Services Representations.The full text of a clause/provision may be accessed electronically at http://acquisition.gov . Award will be made to the offeror which is most advantageous to the government. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can register in SAM at www.sam.gov or contact SAM by calling 1-866-606-8220.Invoicing will be required through WAWF at https://wawf.eb.mil/ and vendors are required to be registered in SAM at https://www.beta.sam.gov.SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.beta.sam.gov/.This contract is susceptible to the Service Contract Act. Please reference the below wage determination. This is subject to change upon time of award.WD 2015-5147 (Rev.-20) dated 26 Dec 2022. posted on https://beta.sam.gov/APPLICABLE CLAUSES/PROVISIONS:52.232-18 Availability of Funds.Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.FAR 52.212-1(g) Instructions to Offerors—Commercial Products and Commercial ServicesThe Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.FAR 52.202-1 DefinitionsFAR 52.203-3 GratuitiesFAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower RightsFAR 52.204-7 System for Award ManagementFAR 52.204-9 Personal Identity Verification of Contractor PersonnelFAR 52.204-10 Reporting Executive compensation and First-Tier Subcontract AwardsFAR 52.204-13 System for Award Management MaintenanceFAR 52.204-16 Commercial and Government Entity Code ReportingFAR 52.204-17 Ownership or Control of OfferorFAR 52.204-18 Commercial and Government Entity Code MaintenanceFAR 52.204-19 Incorporation by Reference of Representations and CertificationsFAR 52.204-20 Predecessor of OfferorFAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered EntitiesFAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or EquipmentFAR 52.204-25 – Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or EquipmentFAR 52.204-26 – Covered Telecommunications Equipment or Services RepresentationFAR 52.204-22 Alternative Line Item ProposalFAR 52.207-3 Right of First Refusal of EmploymentFAR 52.209-1 Qualification RequirementsFAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for DebarmentFAR 52.209-7 Information Regarding Responsibility MattersFAR 52.209-10 Prohibition on Contracting with Inverted Domestic CorporationsFAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal LawFAR 52.219-6 Notice of Total Small Business Set AsideFAR Clause 52.219-14, Limitations on SubcontractingFAR 52.222-3 Convict LaborFAR 52.222-19 Child LaborFAR 52.222-21 Prohibition of Segregated FacilitiesFAR 52.222-26 Equal OpportunityFAR 52.222-35 Equal Opportunity for VeteransFAR 52.222-36 Affirmative Action for Workers with DisabilitiesFAR 52.222-37 Employment Reports on VeteransFAR 52.222-41 Service Contract Labor StandardsFAR 52.222-42 Statement of Equivalent Rates for Federal HiresFAR 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards—Price AdjustmentFAR 52.222-50 Combating Trafficking in PersonsFAR 52.222-55 Minimum Wages Under Executive Order 13658FAR 52.222-62 Paid Sick Leave Under Executive Order 13706FAR 52.223-6 Drug-Free WorkplaceFAR 52.223-10 Waste Reduction ProgramFAR 52.223-12 Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air ConditionersFAR 52.223-19 Compliance with Environmental Management SystemsFAR 52.224-1 Privacy Act NotificationFAR 52.224-3 Privacy TrainingFAR 52.225-13 Restrictions on Certain Foreign PurchasesFAR 52.232-33 Payment by Electronic Funds Transfer/ Central Contractor RegistrationFAR 52.232-39 Unenforceability of Unauthorized ObligationsFAR 52.237-1 Site VisitFAR 52.237-2 Protection of Government Buildings, Equipment, and VegetationFAR 52.243-1 Changes—Fixed Price--Alternate IFAR 52.246-4 Inspection of Services—Fixed-PriceFAR 52.249-2 Termination for Convenience of the Government (Fixed-Price)FAR 52.252-1 Solicitation Provisions Incorporated by ReferenceFAR 52.252-2 Clauses Incorporated by ReferenceDFARS 252.201-7000 Contracting Officer's RepresentativeDFARS 252.203-7000 Requirements Relating to Compensation of Former DoD OfficialsDFARS 252.203-7002 Requirement to Inform Employees of Whistleblower RightsDFARS 252.204-7003 Control of Government Personnel Work ProductDFARS 252.204-7004 DoD Antiterrorism Awareness Training for ContractorsDFARS 252.204-7006 Billing InstructionsDFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information ControlsDFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical InformationDFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services RepresentationDFARS 252.204-7017 – Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services RepresentationDFARS 252.204-7018 – Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or ServicesDFARS 252.225-7055, Representation Regarding Business Operations with the Maduro RegimeDFARS 252.225-7056, Prohibition Regarding Business Operations with the Maduro RegimeDFARS 252.223-7004 Drug-Free Work ForceDFARS 252.225-7000 Buy American and Balance of Payments Program.252.225-7055, Representation Regarding Business Operations with the Maduro Regim252.225-7056, Prohibition Regarding Business Operations with the Maduro RegimeDFARS 252.232-7003 Electronic Submission of Payment RequestsDFARS 252.232-7006 Wide Area Workflow Payment InstructionsDFARS 252.225-7036 Buy American—Free Trade Agreements--Balance of Payments Program—BasicDFARS 252.239-7098 – Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites – Representation (Deviation 2021-O0003) (April 2021)Contracting Office Address: Combat Readiness Training Center – Battlefield Airman Center4715 Hewes Ave, bldg. 85Gulfport, MS 39207Primary Point of Contact:Michael S. Hornbeck II, 228-214-6168michael.hornbeck@us.af.mil Secondary Point of Contact:Brian M. Davis, 228-214-6072brian.davis.18@us.af.mil.mil

Gulfport ,
 MS  39507  USALocation

Place Of Performance : N/A

Country : United StatesState : MississippiCity : Gulfport

Classification

naicsCode 561330Professional Employer Organizations
pscCode R499Other Professional Services