Skip to main content

An official website of the United States government

You have 2 new alerts

NJARNG Youth Camp Nurses

info alert

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 08750
    USA

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

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

Secondary Point of Contact





History