Treaty Training Logistics and Administration Support Services
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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 (Original)
- Original Published Date: Apr 15, 2022 12:32 pm EDT
- Original Date Offers Due: Apr 29, 2022 04:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: May 05, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: U099 - EDUCATION/TRAINING- OTHER
- NAICS Code:
- 611430 - Professional and Management Development Training
- Place of Performance: Fort Belvoir , VA 22060USA
Description
The Defense Threat Reduction Agency (DTRA) has the requirement to procure administrative (acquisition) services and facilities (logistics) support for its Treaty Training Logistics and Administration Support effort. These services will assist the Government with Government-conducted and led Treaty and mission-related training courses, seminars, and meetings. The intent is to award a firm-fixed price contract to the lowest price technically acceptable Offeror.
This is a combined synopsis and solicitation for commercial services prepared in accordance with FAR subpart 12.6 and FAR part 13, and as supplemented with additional information included within this notice. This announcement constitutes the only solicitation, and is an invitation for all qualified Offerors to provide a proposal submittal within the timeframe noted in this notice. This procurement is a “Full and Open” competition, and is not a set-aside for small business.
The NAICS code assigned to this requirement is 611430, with a size standard of $12 million.
The PSC code is U099, Education/Training – Other.
In order to be technically acceptable to the Government, proposals must meet the “Treaty Training Requirement Specifications” as noted in the SF33, Request for Proposal. These “Treaty Training Requirement Specifications” function directly in-tandem with the Statement of Work, Treaty Training Schedule, Contract Data Requirements Lists (CDRLs), DD254, and Treaty Training Course Descriptions. The Government intends to evaluate proposals and award a contract without discussions with offerors; therefore, each offeror’s initial proposal should be complete and accurate and contain the Offeror’s best price.
The resulting contract will reflect the following Contract Line Item Numbers (CLIN) structure:
CLIN 0001: Mission Support (Labor & Logistics), for Base period
subCLIN 000101: CWC Orientation Course (August/September – 3 days total), for Base period.
subCLIN 000102: CFE-I Inspectors Course (July/August 2022 – 4 days), for Base period.
subCLIN 000103: CFE-R Equipment Recognition (August – 6 days), for Base period.
subCLIN 000104: NST Orientation Course (October 2022 – 4.5 days), for Base period.
subCLIN 000105: NST Orientation Course (March 2023 – 4.5 days), for Base period.
subCLIN 000106: CWC Orientation Course (May 2023 – 3 days), for Base period.
CLIN 0002: CDRLS, for Base period (NOTE: This is a “Not Separately Priced” CLIN.)
CLIN 1001: Mission Support (Labor & Logistics), for Option period
subCLIN 100101: CFE-I Inspectors Course (July/August 2023 – 4 days), for Option period.
subCLIN 100102: CFE-R Equipment Recognition (August 2023 – 6 days), for Option period.
subCLIN 100103: NST Orientation Course (October 2023 – 4.5 days), for Option period.
All proposals must be submitted via e-mail to Ms. Elizabeth Booher, Contract Specialist, at e-mail: elizabeth.a.booher.civ@mail, no later than April 29, 2022 at 4:00 PM (EDT).
Offerors may use their company’s format in lieu of this format when submitting offers as long as it contains the following information:
Offeror’s Company Name
Offeror’s CAGE code
Offeror’s POC/Phone/E-mail
Prompt Payment Discount (if any)
Total Price for CLIN 0001
Pricing for each subCLIN per Base period
Total Price for CLIN 1001
Pricing for each subCLIN per Option period
Offerors must be registered in the System for Award Management (SAM) database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at https://www.sam.gov/portal/public/SAM. The Offeror must fully input its Representations and Certifications for a complete record. The Offeror’s Representations and Certifications in SAM will be considered to be included and submitted with its quote.
This combined synopsis and solicitation is a request for proposal only and in no way obligates the Government to award a contract or to reimburse the Offeror for any costs incurred in preparing a response to this request for proposal.
Attachments/Links
Contact Information
Contracting Office Address
- 8725 JOHN J KINGMAN RD
- FORT BELVOIR , VA 22060-6201
- USA
Primary Point of Contact
- Elizabeth Booher
- elizabeth.a.booher.civ@mail.mil
Secondary Point of Contact
- Eric M. Rode
- eric.m.rode.civ@mail.mil
History
- May 17, 2022 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- May 03, 2022 09:02 am EDTCombined Synopsis/Solicitation (Updated)
- Apr 29, 2022 03:57 pm EDTCombined Synopsis/Solicitation (Updated)
- Apr 27, 2022 02:32 pm EDTCombined Synopsis/Solicitation (Updated)
- Apr 21, 2022 08:00 am EDTCombined Synopsis/Solicitation (Updated)
- Apr 15, 2022 12:32 pm EDTCombined Synopsis/Solicitation (Original)