ICD 705 Physical Security Training

Agency: DEPT OF DEFENSE
State: Ohio
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159630088547022
Posted Date: Apr 25, 2024
Due Date: May 6, 2024
Solicitation No: FA860124Q0076
Source: Members Only
Follow
ICD 705 Physical Security Training
Active
Contract Opportunity
Notice ID
FA860124Q0076
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Office
FA8601 AFLCMC PZIO
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 25, 2024 03:37 pm EDT
  • Original Published Date: Apr 04, 2024 10:39 am EDT
  • Updated Date Offers Due: May 06, 2024 03:00 pm EDT
  • Original Date Offers Due: May 06, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 21, 2024
  • Original Inactive Date: May 21, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: U099 - EDUCATION/TRAINING- OTHER
  • NAICS Code:
    • 611430 - Professional and Management Development Training
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description

Request for Quotes - ICD 705 Training





This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for ICD 705 Physical Security Training for Wright Patterson HQ AFMC 4375 Chidlaw Road, Area A, Building 262, Suite S-010 WPAFB, OH 45433-7142, as described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.





This combined synopsis/solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2024-03, effective 23 February 2024; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20240215, effective 15 February 2024; and Department of the Air Force Acquisition Regulation Supplement (DAFFARS) Air Force Acquisition Circular (AFAC) 2023-0707, effective 7 July 2023.





This announcement constitutes the combined synopsis/solicitation; quotes are being requested and a written solicitation will not be issued. An award, if any, will be made to the lowest priced Offeror who submits a quote that:





1. Conforms to the requirements of the combined synopsis/solicitation.



2. Receives a rating of “Acceptable” on the Technical Capability evaluation factor.



3. Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable.





*Please include the total quoted price in the submission email or on a cover page of the quote.





The combined synopsis/solicitation number for this requirement is FA8601-24-Q-0076 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.





The associated North American Industrial Classification System (NAICS) code is 611430 with a small business size standard of 15 million dollars. This acquisition is set-aside 100% for Small Business Concerns and only qualified offerors may submit quotes in accordance with (IAW) the Performance Work Statement (PWS) dated 20 February 2024 (Attachment 1).





NAICS Code: 611430 – Professional and Management Development Training





Small Business Size Standard: 15 million dollars





Acceptable means of Submission: All submissions must be submitted electronically to both of the following email addresses, brian.algeo.1@us.af.mil and jessica.wade@us.af.mil, by Monday, 6 May 2024 by 3:00 PM Eastern Daylight Time.





Any correspondence sent via email must contain the subject line “FA8601-24-Q-0076, Physical Security ICD 705 Training”. The entire quote must be contained in a single email, unless otherwise approved, including attachments. Please note: due to the email server, any emails that exceed 5 megabytes might not go through. Emails with compressed files are not permitted. Note that email filters at Wright-Patterson Air Force Base are designed to filter emails without subject lines or with suspicious subject lines or content (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the email filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments. A confirmation email will be sent once the quote l is received. If you do not receive a confirmation email within 24 hours of submitting the quote, please reach out to the point of contact listed on the solicitation.





Submittal of quotes in response to this solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website https://www.acquisition.gov. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the quotes received.





Delivery Schedule: Will be scheduled after award. Expected completion of training no later than 30 September 2024.





Delivery Destination: Identified in PWS.





Delivery Type: FOB Destination (As defined in FAR 2.101—Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.)





Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination.



Requirement: ICD 705 Training IAW PWS dated 20 February 2024.





Contract Type: The anticipated award is Firm-Fixed Price.





Basis for Award: If the Government decides to make an award as a result of this RFQ, the award of a contract will be to the responsible Offeror whose offer conforms to the requirements outlined in Attachment 1 (PWS) and is most advantageous to the Government, lowest evaluated price of quotes meeting or exceeding the acceptability standards and other factors considered. Technical Capability and Price will be used to evaluate all offers.





Technical or Quality: The quote will be evaluated to the extent to which it can meet and/or exceed the Government’s requirements as outlined in the solicitation.





Price: The Government will evaluate the price by adding the total of all line item prices, including all options.





Quotes may be in any format but MUST include:





1. Proposing company’s name, address, Cage Code, and TIN.



2. Point of contact’s name, phone, and email.



3. Quote number & date.



4. Timeframe that the proposal is valid.



5. Individual item price.



6. Total price, No Progress Payments.



7. Shipping (FOB Destination).



8. Completed copy of representations and certifications (Attachment 3)







Important Notice to Contractors: Quotes MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the PWS (Attachment 1).





All prospective awardees must also have a completed SPRS Assessment. In order to complete the assessment, follow the instructions at (https://www.sprs.csd.disa.mil/).





Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow – Receipt and Acceptance (WAWF – RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.





ADDITIONAL INSTRUCTIONS TO OFFERORS





The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows:



(a) North American Industry Classification System (NAICS) code and small business size standard are as specified above.



(b) Submission of offers is as prescribed in the text of this combined synopsis/solicitation.





Quote Content: Quotes shall consist of two separate parts, a technical proposal and a price proposal.





Technical Proposal: Describe how the offeror will provide for the furniture as described in the PWS.





Quote Detail: The quote shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The quote should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted.





Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired.











Attachments:




  1. Performance Work Statement (PWS)

  2. Model Contract

  3. Reps & Certifications






Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 656 5842 1940 ALLBROOK DR BLDG 1 RM 109
  • WRIGHT PATTERSON AFB , OH 45433-5344
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Apr 4, 2024[Combined Synopsis/Solicitation (Original)] ICD 705 Physical Security Training

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 >