Skip to main content

An official website of the United States government

You have 2 new alerts

WOLVERINE GUARD EMERGENCY RESPONSE EXERCISE PLANNER

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)
  • Updated Published Date: Aug 11, 2023 10:59 am EDT
  • Original Published Date: Jul 21, 2023 01:43 pm EDT
  • Updated Date Offers Due: Aug 18, 2023 12:30 pm EDT
  • Original Date Offers Due: Aug 11, 2023 12:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 02, 2023
  • Original Inactive Date: Aug 26, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R429 - SUPPORT- PROFESSIONAL: EMERGENCY RESPONSE/DISASTER PLANNING/PREPAREDNESS SUPPORT
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    Lansing , MI 48906
    USA

Description

Solicitation number:  W912JB-23-Q-0104 Request For Quote (RFQ)

Title:                            Wolverine Guard Exercise Planner

Restriction:                 100% Small Business

NAICS:                         541990 All Other Professional, Scientific, and Technical Services

Size Standard:             $15 million

Issue date:                  21 July 2023

Closing date:              11 August 2023

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, FAR 13 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

1.0             REQUEST FOR QUOTE

1.1             The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. 

1.2             Small business set aside is 100% small business.

1.3             Applicable size standard is $15 million.

1.4             Place of performance:    Performance shall be at Joint Forces Headquarters, Reserve Force Support Center, 3423 N MLK JR BLVD, Lansing Michigan 48906.

1.5             Period of performance is base period of 21 August 2023 – 20 August 2024

1.6             Requirement is on the Performance Work Statement which is attached.

                                                                                                                       

2.0       QUOTE FORMAT

2.1       Refer to clause 52.212-1 Instructions to Offerors for preparation of the quote.  An SF1449 is not required in accordance with FAR 12.603(b)

2.2       Offers should include the solicitation number, contractor name and address, point of contact name, phone and email address, CAGE code, unique entity identifier, tax identification number, and expiration date of pricing (minimum of 60 days).

2.3       Pricing of the offer shall include substantiating data of the price proposal to establish that the proposed price is reasonable and complete.  The offer should include the breakdown of labor and equipment rental. and the applicable category on the Department of Labor’s Wage Determinations. 

2.4       Questions due:  31 July 2023, 12:30 pm Eastern Standard Time (EST)

Questions must be submitted via email to bonnie.l.reineer.civ@army.mil.  Questions will not be answered via telephone.  

2.5       Quotes due:    11 August 2023 – 12:30 p.m. Eastern Standard Time (EST)  

The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification for ambiguity.

3.0       TECHNICAL CAPABILITY

3.1       The proposal shall present relevant information articulating the offeror’s proposed approach to meeting the PWS requirements. This section shall clearly demonstrate the offeror’s understanding by providing a clear description of the proposed approach to performing the work. The offeror’s description should include a clear description of all processes and procedures employed. Offerors shall provide relevant experience (for this purpose, experience refers to what an offeror has done, not how well it was accomplished) in performing proposed processes and procedures.

4.0       Evaluation

4.1       The offer will be evaluated for price reasonableness compared to the Government’s anticipated pricing based on the Department of Labor’s employee cost index and wage determinations. 

4.2       The offer should provide the cost breakdown for comparison.

4.3       The government intends to award to the responsible company whose quote, conforming to the solicitation, is most advantageous to the government based on price and other factors that provide the best value.

4.4       Best value will be determined by evaluating price, past performance, and technical approach. Technical capability will be rated as acceptable or unacceptable.

4.5       Unsatisfactory action in FAPIIS or SPRS in the last three years may render your quote unacceptable.

5.0       SAM Registration/Joint Venture

In accordance with Class Deviation 2023-O0001 effective October 28, 2022, a small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:  A) Small business; (B) Service-disabled veteran-owned small business;

(C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business.

6.0       Award

6.1       In accordance with FAR 12.207, a firm-fixed contract shall be issued.

6.2       The contractor shall communicate with the Contracting Officer Representative (COR) to schedule the preliminary performance. 

7.0       Billing Instructions

7.1       Invoice terms are Net 30 days.

7.2       Invoices must be for services performed. Invoices will not be accepted for billing future services during the period of performance.

7.3       Inspection and acceptance will be at Lansing, Michigan. 

7.4       Quantity for services corresponds to the number of invoices to be submitted once per month for the time of performance.

7.5       Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil). 

7.5.1    Instructions are on clause 252.232-7006.

7.5.2    The invoiced amount for the CLIN shall not exceed the unit of issue amount.

7.5.3    Invoices shall be submitted on a monthly basis.

7.5.4    The Contracting Officer Representative (COR) has seven days to inspect the submitted invoice, and seven days to accept or reject the invoice. Once accepted, the request is submitted to the USPFO Pay Office for processing; when approved, the request is sent to DFAS for EDI transmission to the contractor.

Contact Information

Contracting Office Address

  • KO FOR MIARNG DO NOT DELETE 3405 N MARTIN LUTHER KING BLVD
  • LANSING , MI 48906-2934
  • USA

Primary Point of Contact

Secondary Point of Contact

History