Turkish Language Acquisition Course
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159333087687626 |
Posted Date: | Apr 12, 2023 |
Due Date: | May 15, 2023 |
Solicitation No: | W911YP23R0011 |
Source: | https://sam.gov/opp/d073ab8dae... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
- Original Published Date: Apr 12, 2023 09:23 am MDT
- Original Date Offers Due: May 15, 2023 07:00 am MDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: May 30, 2023
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: U009 - EDUCATION/TRAINING- GENERAL
-
NAICS Code:
- 611630 - Language Schools
-
Place of Performance:
Draper , UT 84020USA
Solicitation: W911YP23R0011
Agency/office: Utah Army National Guard / USPFO
Place of performance: UTARNG JLTC, Ogden, UT; Camp Williams, UT
Period of performance: 1,100 class hours (approx. 44 weeks) / six students after contract award
Subject: Turkish Language Acquisition Course
Response due date: 07:00 AM (Mountain) 15 May 2023
Contracting POC: Otha Henderson email: otha.b.henderson.civ@army.mil
Description:
This requirement is being solicited as a total small business set-aside.
The Utah National Guard is soliciting a requirement for a Turkish language acquisition course for six students as per the attached Performance Work Statement (PWS). This is a combined synopsis/solicitation under number W911YP23R0011 and is being issued for Request for Quotations (RFQ). This requirement is being solicited as a total small business set-aside under NAICS code 611630, Language Schools, which has a small business size standard of $20.5 million (https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf). For quotes to be considered the vendor must be registered in SAM.gov as a small business under this or very similar NAICS code. Furthermore, your company must clearly demonstrate you have the capability and how you will meet the requirements on the attached PWS, not simply providing positive restatements of the PWS.
Set-aside / FAR regulation:
Any award resulting from this solicitation will be made using a total small business set-aside order of precedence as follows:
In accordance with FAR Subpart 19.502-2 Total Small Business Set-Asides, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.
Contract type / evaluation criteria:
The contract type for this procurement will be firm-fixed price contract for the Turkish language acquisition course in reference to the attached PWS. Award will be based on an all or none basis using a best value trade-off. For proposals to be best value, it must first be technically acceptable. Next, the vendor’s past performance will be reviewed. The past performance review will be used to improve the vendor’s overall capability. Please provide a list of previous contracts with dollar amount and contract contact information should (we may determine the need to contact any individual for additional information on the contract). Relevancy and currency will be used for past performance criteria and only a rating of relevant, not relevant, current, not current, or neutral will be given on past performance. If a contractor has no relevant and/or current past performance, the contractor will not be rated negatively and not have that count against them. Past performance only serves to improve the overall capability rating. Finally, price will be evaluated. If all other evaluations are equal, the lowest price may be used to determine award; otherwise, the government reserves the right to award to other than lowest price. The requirement will be solicited, evaluated and awarded in accordance with FAR 13.106
No specific format is required for proposals for this posting; however, you must provide the information outlined and necessary to evaluate your proposal. Proposals should also be more substantial than a simple email.
SAM registration:
All offerors must have an active registration in System for Award Management (SAM.gov) at time of award in order to be eligible for contract award. All offerors responding to this solicitation must meet all standards required to conduct business with the Government, including active registration in SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the government. In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information.
IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective awardees shall be registered and active in the System for Award Management (SAM.gov) prior to award and be in good standing. Prospective offerors may obtain information on registration at WWW.SAM.GOV. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.
Small business joint venture:
“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.”
These joint venture representations, added via the final rule for FAR case 2017-019, Policy on Joint Ventures, published on September 23, 2022, at 87 FR 58219, will be incorporated into the FAR on October 28, 2022 (see Policy Alert # 23-011, attached); however, they will not be reflected in the SAM. These procedures will allow the Department of Defense to continue to make awards to eligible small business joint ventures while SAM is being updated to align with the FAR.
Proposals:
All proposals are due to the United States Property and Fiscal Office for Utah Purchasing and Contracting Division no later than 07:00 am (Mountain) on 15 May 2023. All submissions should be sent via email to: otha.b.henderson.civ@mail.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered.
Provisions:
The following provisions are applicable to this solicitation:
FAR 52.202-1 – Definitions
FAR 52.203-3 – Gratuities
FAR 52.204-7 – Central Contractor Registration
FAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-25 – Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-26 – Covered Telecommunications Equipment or Services-Representation
FAR 52.209-6 – Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement
FAR 52.212-1 – Instructions to Offerors
FAR 52.212-3 – Offeror Representations and Certifications-Commercial Items
FAR 52.212-3 – Alternate 1
FAR 52.212-4 – Terms and Conditions - Commercial
FAR 52.212-5 – Dev - Statutes/Exec Orders
FAR 52.217-5 – Evaluation of Options
FAR 52.217-8 – Option to Extend Services
FAR 52.217-9 – Option to Extend the Term of the Contract
FAR 52.219-1 (Alt I) – Small Business Program Representation
FAR 52.219-6 – Notice of Total Small Business Set-Aside
FAR 52.219-8 – Utilization of Small Business Concerns
FAR 52.219-14 – Limitations on Subcontracting
FAR 52.219-28 – Post-award Small Business Program Representations
FAR 52.222-3 – Convict Labor
FAR 52.222-21 – Prohibit Segregated Facilities
FAR 52.222-22 – Previous Contract and Compliance Reports
FAR 52.222-25 – Affirmative Action
FAR 52.222-26 – Equal Opportunity
FAR 52.222-36 – Affirmative Action for Workers With Disabilities
FAR 52.222-40 – Notification of Employees Rights Under the National Labor Relations Act
FAR 52.222-50 – Combating trafficking in Persons
FAR 52.222-54 – Employment Eligibility Verification
FAR 52.223-18 – Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-23 – Restrictions on Certain Foreign Purchases
FAR 52.225-25 – Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications
FAR 52.228-5 – Insurance – Work on a Government Installation
FAR 52.232-1 – Payments
FAR 52.232-18 – Availability of Funds
FAR 52.232-33 – Payment by Electronic Funds Transfer-Central Contractor Registration
FAR 52.233-1 – Disputes
FAR 52.233-2 – Service of Protest
FAR 52.233-3 – Protest After Award
FAR 52.233-4 – Applicable Law for Breach of Contract Claim
FAR 52.237-3 – Continuity of Services
FAR 52.242-13 - Bankruptcy
FAR 52.243-1 – Changes-Fixed Price
FAR 52.252-1 – Provisions Incorporated by Reference
FAR 52.252-2 – Clauses Incorporated by Reference
FAR 52.252-5 – Authorized Deviations in Provisions
FAR 52.252-6 – Authorized Deviation in Clauses
DFARS 252.203-7000 – Requirement Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower Rights
DFARS 252.204-7003 – Control of Government Personnel Work Product
DFARS 252.204-7004 – Antiterrorism Awareness Training for Contractors
DFARS 252.209-7004 – Subcontracting with Firms that are owned or controlled by the government of a country that is a State sponsor of terrorism
DFARS 252.209-7995 – Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law
DFARS 252.212-7000 – Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items
DFARS 252.212-7001 – Dev Terms and Conditions
DFARS 252.225-7001 – Buy America Act and Balance of Payments Program
DFARS 252.225-7002 – Qualifying Country as Subcontractors
DFARS 252.225-7012 – Preference for Certain Domestic Commodities
DFARS 252.232-7003 – Electronic Submission of Payment Requests
DFARS 252.232-7010 – Levies on Contract Payments
DFARS 252.237-7010 – Prohibition of Interrogation of Detainees by Contract Personnel
DFARS 252.243-7001 – Pricing of Contract Modifications
DFARS 252.243-7002 – Requests for Equitable Adjustment.
FAR 52.252-2 – Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at: HTTPS://WWW.ACQUISITION.GOV.
- KO FOR UTARNG DO NOT DELETE 12953 SOUTH MINUTEMAN DRIVE
- DRAPER , UT 84020-2000
- USA
- Otha Henderson
- otha.b.henderson.civ@army.mil
- Apr 12, 2023 09:23 am MDTCombined Synopsis/Solicitation (Original)
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.