NJARNG Youth Camp Nurses
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: Jun 14, 2022 02:11 pm EDT
- Original Date Offers Due: Jun 24, 2022 01:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jul 09, 2022
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: U099 - EDUCATION/TRAINING- OTHER
- NAICS Code:
- 621399 - Offices of All Other Miscellaneous Health Practitioners
- Place of Performance: Sea Girt , NJ 08750USA
Description
This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This solicitation, PANNGB-22-P-0000 009759, is issued as a Request for Proposal (RFP). Full Text provisions and clauses can be found in Attachment 2. This procurement is Set-Aside 100% for Small Business. The NAICS code is 621399 and the small business size standard is $7,500,000.
All proposals must include Federal Tax ID, CAGE code and DUNS number. The Government intends to evaluate proposals without discussions (except clarifications as described in FAR 15.306(a)).
Evaluation will be made on Lowest Price and Technical Acceptability to meet the requirements as stated in the Performance Work Statement, Attachment 1.
The evaluation factors are:
1. Past/Present Performance
2. Price.
Basis for award is Price and Past Performance. The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the technical acceptability standards for non-cost factors. In terms of relative importance of the factors, past performance is approximately equal to price.
The government intends to issue a single award. The following commercial service is requested in this solicitation:
Line Item 0001. Base Year $_______________ 1 JOB
Line Item 0002: Option Year 1 $_______________ 1 JOB
Line Item 0003: Option Year 2 $________________ 1 JOB
Line Item 0004: Option Year 3 $________________ 1 JOB
Line Item 0005: Option Year 4 $_________________ 1 JOB
Vendors shall submit questions related to this combined synopsis/solicitation not later than 11:00 a.m. Eastern Time on 20 June 2022. Questions may be directed in writing to CPT Christopher A. Hower, e-mail Christopher.a.hower.mil@army.mil.
Proposals are due at 1:00 p.m. Eastern Time on Friday 24 June 2022. Proposals must be submitted via e-mail to Christopher.a.hower.mil@army.mil.
The following provisions are incorporated into this solicitation by reference:
FAR 52.204-7, System for Award Management
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation
FAR 52.208-9, Contractor Use of Mandatory Sources of Supply and Services
FAR 52.212-1, Instructions to Offerors – Commercial
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7011, Alternative Line Item Structure
DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation
DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation
DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations
DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons
DFARS 252.225-7050, Disclosure of Ownership by the Government of a Country that is a State Sponsor of Terrorism
DFARS 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
The following clauses are incorporated into this solicitation by reference:
FAR 52.203-3, Gratuities
FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions
FAR 52.204-9, Personal Identity Verification of Contractor Personnel
FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-13, System for Award Management and Maintenance
FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
FAR 52.212-4, Contract Terms and Conditions - Commercial Items
FAR 52.217-9, Option to Extend the Term of the Contract
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-3, Protest After Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7003, Control of Government Personnel Work Product
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.211-7008, Use of Government-Assigned Serial Numbers
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments Program
DFARS 252.225-7048, Export Controlled Items
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.243-7001, Pricing of Contract Modifications
DFARS 252.243-7002, Requests for Equitable Adjustment
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea
The following provisions are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses. (All Representations and Certifications shall be completed within contractor's Systems for Award Management (SAM) profile on www.sam.gov.)
FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I
DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials
DFARS 252.225-7035, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program Certificate
DFARS 252.247-7022, Representation of Extent of Transportation by Sea
The following clauses are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items
FAR 52.252-2, Clauses Incorporated by Reference
DFARS 252.211-7003, Item Unique Identification and Valuation
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
Attachments/Links
Contact Information
Contracting Office Address
- KO FOR NJARNG DO NOT DELETE 3601 TECHNOLOGY DRIVE
- JOINT BASE MDL , NJ 08640-5600
- USA
Primary Point of Contact
- CPT Christopher A. Hower
- christopher.a.hower.mil@army.mil
- Phone Number 6095620265
Secondary Point of Contact
History
- Jul 09, 2022 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Jun 14, 2022 02:11 pm EDTCombined Synopsis/Solicitation (Original)