Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2006 FBO #1539
SOLICITATION NOTICE

R -- Technology advisor services for the USPACOM Science and Technology Advisor Office, Camp Smith, HI.

Notice Date
2/10/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060406T0283
 
Response Due
2/16/2006
 
Archive Date
3/18/2006
 
Description
This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items and FAR Subpart 13.5 as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation. A written solicitation will not be issued and written proposals/quotes are required. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation No. N00604-06-T-0283 is issued as a Request for Quotation (RFQ) incorporating provisions and clauses in effect through Federal Acquisitions Circular 2005-07 and DFARS Change Notice 20060123. The applicable NAICS code is 813910 and the small business size standard is $6.5 Million. This procurement is a 100% small business set-aside. This requirement is a precursor to an Intergovernmental Personnel Act (IPA) agreement. Therefore, offerors should ensure that they are eligible to participate in the IPA mobility program. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense contract awards. Lack of registration in the CCR database will make an offeror ineligible for award. A single award will be made to the lowest priced, technically acceptable quote. The resulting award is intended to be a firm fixed price contract. The requirement is to provide technical expertise for the United States Pacific Command (USPACOM) Science and Technology Advisor office IAW the attached Performance Work Statement, terms and conditions. Performance is at Camp Smith, Hawaii for the period 1 March 2006 ? 31 May 2006. Inspection and acceptance shall be at destination, Camp Smith, HI. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies with the following addendum: Paragraph (h) Multiple Awards: Delete entire paragraph and insert single award. The government plans to award a single contract resulting from this solicitation. FAR 52.212-2, Evaluation of Commercial Items apply. The following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. A single award will be made to the low cost, technically acceptable responsible offeror. The Government reserves the right to make a technical acceptability determination without discussion with the offeror. Offerors shall include with the offer a completed copy of the provision in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If the offeror has completed the annual representations and certifications electronically at http:/orca.bpn.gov, the offeror shall complete only paragraph (j) of the provision. The following FAR clauses apply to the requirement: FAR 52.212-4, Contract Terms and Conditions ? Commercial Items and FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. The following clauses under FAR 52.212-5 apply to this requirement: FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities. (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 232-33 Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332), FAR 52.232-36 Payment by Third Party. FAR 52.215-5 Facsimile Proposals, FAR 52.223-5 Pollution Prevention and Right-to-Know Information and FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation apply to this requirement. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items includes the following clauses incorporated by reference: DFARS 252.232-7003 Electronic Submission of Payment Requests. The following clauses also apply: DFARS 252.204-7004, Required Central Contractor Registration, DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting and DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far. The Government intends to award a single contract to the lowest priced, technically acceptable quote. Proposals shall be e-mailed to annabelle.miller@navy.mil no later than 12:00 Noon Hawaii Standard Time, 16 February 2006. Facsimile proposals will be accepted at (808) 473-0811 or (808) 473-3524.
 
Record
SN00986253-W 20060212/060210215354 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.