Back to tenders & grants page
RCTA NARCOTICS INVESTIGATION "INTERVIEW AND INTERROGATION"
Receive Tenders like this by email

RCTA NARCOTICS INVESTIGATION "INTERVIEW AND INTERROGATION"

RCTA NARCOTICS INVESTIGATION "INTERVIEW AND INTERROGATION" has been closed on 30 Apr 2021. It no longer accepts any bids. For further information, you can contact the DEPT OF DEFENSE.DEPT OF THE ARMY.NGB.W7NH USPFO ACTIVITY MS ARNG

Bellow, you can find more information about this project: 

Location: United States

General information

Donor:

DEPT OF DEFENSE.DEPT OF THE ARMY.NGB.W7NH USPFO ACTIVITY MS ARNG

Industry:

Education & Training

Status:

Closed

Timeline

Published:

12 Apr 2021

Deadline:

30 Apr 2021

Value:

Not available

Contacts

Name:

Lisa D Anguizola

LASHANDA AREGHAN

Phone:

6013131636

Description

https://sam.gov/opp/9b0cbff7ae3b47d998f22663c477df1c/view?keywords=&sort=-modifiedDate&index=opp&is_active=true&page=1

COMBINED SYNOPSIS W9127Q-21-R-0007 INSTRUCTIONAL SERVICES

NARCOTICS INVESTIGATIONS "INTERVIEW AND INTERROGATION" RCTA (MERIDIAN, MISSISSIPPI)

This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, W9127Q-21-R-0007, is being issued as a Request for Proposals (RFP) using Contracting by Negotiations procedures from FAR Part 15. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2021-05 Effective 10 March 2021, and the Defense Federal Acquisition Regulations (DFARS) updated 20201130, Effective 30 November 2020. The provisions and clauses incorporated into this solicitation are attached separately on Attachment 1 - Solicitation Provisions and Clauses. This procurement is being issued as a Total Small Business Set- Aside. The North American Industrial Classification System Code is 611699 with a standard size of $12,000,000.00. The Government contemplates an award of a Firm Fixed Price contract for one (1) base year and four (4) twelve month options resulting from this solicitation.

FAR 52.232-18 Availability of Funds. Funds are not presently available for this procurement.

IAW PIM 2016-03 “Funds are not presently available for this contract. Currently, the Government anticipates funds will become available prior to but no later than midnight 01 July 2021. This action has been identified on the National Guard priority list for award if funds become available and the prices received are within an awardable range.” Short of Award was signed on December 22, 2020 which gave the USPFO-MS, P&C Division the authority to work up to award for the requirement. A Purchase Request will be certified upon funds availability and before award of a contract for the requirement.

Contractor shall provide Technical Instructional Services for a Basic and Advanced Narcotics Investigations"INTERVIEW AND INTERROGATION" Classes in accordance with the Performance Work Statement (PWS). The CLIN structure for the Combined Synopsis/Solicitation and resultant award will be the following:

CLIN 0001- Technical Instructional Service for the Basic Narcotics Investigations Classes, Base Year (Period of Performance: 06/01/2021-05/31/2022), Quantity/Unit of Issue: 10 EACH Firm Fixed Price (FFP)

 

CLIN 0002- Technical Instructional Services for the Advanced Narcotics Investigations Classes, Base Year (Period of Performance: 06/01/2021-05/31/2022), Quantity/Unit of Issue: 2 EACH Firm Fixed Price (FFP)

 

 

CLIN 1001- Technical Instructional Service for the Basic Narcotics Investigations Classes, Option Year One (1) (Period of Performance: 06/01/2022-05/31/2023), Quantity/Unit of Issue: 10 EACH Firm Fixed Price (FFP)

 

CLIN 1002- Technical Instructional Services for the Advanced Narcotics Investigations Classes, Option Year One (1) (Period of Performance: 06/01/2022-05/31/2023), Quantity/Unit of Issue: 5 EACH Firm Fixed Price (FFP)

 

 

CLIN 2001- Technical Instructional Service for the Basic Narcotics Investigations Classes, Option Year Two (2) (Period of Performance: 06/01/2023-05/31/2024), Quantity/Unit of Issue: 10 EACH Fixed Price (FFP)

 

CLIN 2002- Technical Instructional Services for the Advanced Narcotics Investigations Classes, Option Year Two (2) (Period of Performance: 06/01/2023-05/31/2024), Quantity/Unit of Issue: 5 EACH Firm Fixed Price (FFP)

 

 

CLIN 3001- Technical Instructional Service for the Basic Narcotics Investigations Classes, Option Year Three (3) (Period of Performance: 06/01/2024-05/31/2025), Quantity/Unit of Issue: 10 EACH Firm Fixed Price (FFP)

 

CLIN 3002- Technical Instructional Services for the Advanced Narcotics Investigations Classes, Option Year Three (3) (Period of Performance: 06/01/2024-05/31/2025), Quantity/Unit of Issue: 5 EACH Firm Fixed Price (FFP)

 

 

CLIN 4001- Technical Instructional Service for the Basic Narcotics Investigations Classes, Option Year Four (4) (Period of Performance: 06/01/2025-05/31/2026), Quantity/Unit of Issue: 10 EACH Firm Fixed Price (FFP)

 

CLIN 4002- Technical Instructional Services for the Advanced Narcotics Investigations Classes, Option Year Four (4) (Period of Performance: 06/01/2025-05/31/2026), Quantity/Unit of Issue: 5 EACH Firm Fixed Price (FFP)

 

Proposal prices for CLINs 0001, 0002, 1001, 1002, 2001, 2002, 3001, 3002, and 4001, 4002 shall be firm fixed price (FFP) and inclusive of all labor, materials, travel, supervision, and associated services required to perform the training described within the Performance Work Statement (PWS).

The Service Contract Act applies to this acquisition. Reference Attachment 4 Service Contract Wage Determination 2015-5170 for Lauderdale County, Revision No. 13 dated, 20 December  2020 for the wage determination that is applicable to this acquisition.

All proposals shall reference RFP number W9127Q-21-R-0007. The contractor shall refer to Attachment #2 “Proposal Submission Requirements” for a description of the past performance and technical document submissions that are required with the proposal package and Attachment 2A- Proposal Submission Form for pricing information.  Attachment #5-Evaluation Criteria for the evaluation criteria that will be used to evaluate and rate each submitted proposal. It is the Government’s intention to award without discussions.

 

Proposals are due at 4:00 p.m. local (CST) time on Thursday 30 April 2021 Proposals shall be hand delivered or mailed to the following address. Electronic submission (email nor beta.SAM.gov (FBO) upload) IS NOT ACCEPTABLE. Late receipt of proposals due to building access or mail delays will not be deemed excusable and the Contracting Officer may declare the proposal late and remove it from further consideration.

Proposal packages should be marked and delivered as follow:

MS ARNG NGMS-PFC

Attn: Areghan & Anguizola 144 Military Drive

Flowood, MS 39232

 

 

Package shall contain two (2) hard copies of complete proposal and a CD (thumb drives are not allowed) of complete proposal; no other electronic medium is allowed. Mailed proposals should use a trackable  delivery method. Email notification of intended proposal submission is recommended and should include delivery method and tracking information. Do not email proposal itself; only email notification of intent to provide a proposal. Email notification of proposal submission, should be sent to:

 LaShanda Areghan [email protected], and

Lisa Anguizola, [email protected]

Emailed and faxed proposals will not be accepted. The contractor is responsible for ensuring their proposal package is received at the USPFO P&C Office by the due date/time.

All questions and answers must be in writing. Questions shall be sent to emails provided above. Questions must be received NLT three workdays prior to closing; questions received after this time will not be addressed before close of soliciation. Answers will be provided with questions, on a non-attribution basis to all interested parties and posted on beta.SAM..

Proposals must include a statement indicating their proposal is valid for minimum of 90 days after proposal due date. Offers providing less than the number of days specified may not be considered. If no number is specified, the Government shall apply 90 days.

Attachments:

Attachment 1- Solicitation Provision and Clauses

Attachment 2- Proposal Submission Requirements

Attachment 2A- Proposal Submission Form

Attachment 3 – Evaluation Criteria and Basis for Award

Attachment  4A- Past Performance Questionnaire Cover

Attachment 4B- Past Performance Questionnaire

Attachment 5- Service Contract Act Wage Determination

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more