SOLICITATION NOTICE
R -- The Directorate of Contracting, Fort Bliss, Texas is soliciting proposals to provide the non-personal services in the areas of administrative and logistical support at the Conus Replacement Center (CRC).
- Notice Date
- 5/26/2006
- Notice Type
- Solicitation Notice
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
- ZIP Code
- 79916-6812
- Solicitation Number
- W911SG-06-R-0020
- Response Due
- 6/14/2006
- Archive Date
- 8/13/2006
- Small Business Set-Aside
- Total Small Business
- 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; proposals are being requested and a written solicitation will not be issued. Performance Work Statement (PWS) will be provided upon written request to lauren.vanens@us.army.mil. The solicitation is W911SG-06-R-0020 and is issued as a Request for Proposal (RFP). Proposals are due by 14 Jun 06, 3:00 p.m MST. The RFP will result in a firm fixed price performance based requirement contract. Performance will be evaluated by the metrics provided with the PWS. The performance period is from 26 Jun 06 through 25 Jun 07, plus three (3) one-year option periods. The North American Industry Classification System (NAICS) code for this acquisition is 561110. The Directorate of Contracting, Fort Bliss, Texas is soliciting proposals to provide the non-personal services in th e areas of administrative and logistical support at the Conus Replacement Center (CRC). CLIN 0001 Battalion Operations Manager (1 ea), Estimated Quantity 1,880 hrs x Unit Price: $______. CLIN 0002 Logistician Assistant (1 ea), Estimated Quantity 1,880 hrs x Unit Price: $ _____. CLIN 0003 Company Administrative Assistant, military (1 ea), Estimated Quantity 1,880 hrs x Unit Price: $ _______. CLIN 0004 Company Administrative Assistant, civilian (2 ea), Estimated Quantity 3,760 hrs x Unit Price: $ _______. O ption periods beginning 26 Jun 07 through 25 Jun 08 and continuing up to two additional years, CLINS are the same as the Base Year and need to be priced separately. Award of contract is subject to availability of funds. Exercising of option period will be subject to satisfactory contractor performance as evaluated by the Government and the availability of funds. Total price for evaluation purposes is determined by adding the total price of all CLINS in the base period and all CLINs in the option period. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. FAR clause 52.222-42, Statement of Equivalent Rates for Federal Hires applies to all CLINs. Equivalent rate for CLIN 0001 is GS 11/01, equivalent r ate for CLIN 0002 is GS 09/01, equivalent rates for CLINs 0003 and 0004 is GS 07/01. The following FAR clauses and provisions apply to this RFP: FAR clause 52.202-1, Definitions (Jul 2004) ; provision 52.212-1, Instructions to Offerors Commercial Items (Jan 2005); provision 52.212-3, Offeror Representations and Certification Commercial Items must be completed and submitted with the proposal; FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003); FAR clause 52.212-5, Contrac t Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this RFP and the following clauses cited in the clause apply: 52.203-6, Alternate 1, Restrictions on Subcontractor Sales to the Government (Oct 1995); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126) (Jun 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 5 2.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Apr 2002); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212) (Dec 2001); 52.232-33, Payments by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Also applicable , clause 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351, et seq.) (May 1989); clause 52.228-5, Insurance Work on a Government Installation (Jan 1997), clause 52.232-18 Availability of Funds (Apr 1984), provision 52.233-2, Service of Protest (Aug 1996), clause 52.233-3, Protest After Award (Aug 1996); clause 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); clause 52.243-1, Ch anges Fixed Price, Alt 1 (Apr 1984); provision 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); clause 52.252-2, Clauses Incorporated by Reference (Feb 1998); provision 52.252-5, Authorized Deviations in Provisions (Apr 1984); clau se 52.252-6, Authorized Deviations in Clauses (Apr 1984); clause 252.232-7003, Electronic Submission of Payment Requests (Jan 2004); and clause 252.243-7001, Pricing of contract modifications. Offerors must submit the following to be considered for award: 1) a completed copy of FAR clause 52.212-3, Representation and Certifications, Commercial Items (Mar 2005); 2) Offerors must submit a price proposal; 3) Offerors must have a satisfactory record of past performance and experience. Mail proposals to Directo rate of Contracting, ATTN: Lauren Van Ens, 2021 Club Road, Fort Bliss, Texas 79916 or FAX to (915) 568-0836. Copies of FAR clauses and provisions may be accessed via the Internet at www.arnet.gov. 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The Government intends to evaluate proposals and make award without discussions. The following FOUR factors, in descending order of importance, shall be used to evaluate offers: technical capability, past performance, past experience, and price. Past performance, past experienc e and price when combined, are less important then technical capability. The Government will evaluate proposals for both amount of experience with similar contracts and quality of performance. 1) Technical capability offerors must submit the resumes o f proposed employees. 2) Past Performance refers to how well your company has performed that work. 3) Past Experience refers to the amount and nature of the work your company has performed. 4) Price Offerors shall propose a price for each CLIN. The Government will evaluate the submitted past performance information required by FAR provision 52.212-1 and may use information from other sources to review offerors ability to perform the contract successfully. Required past performance information: Offerors shall submit three (3) references of relevant contracts performed within the last five years (past and/or present), that are the same and/or similar to the size and complexity of this requirement. For each reference include the contract number, dollar value, contract office, agency name, contact numbers, period of performance, contracting officers name, telephone and fax numbers for each contract, customer name and phone number and description of service. Past performance data does not have to be through a government agency. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
- Place of Performance
- Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
- Zip Code: 79916-6812
- Country: US
- Zip Code: 79916-6812
- Record
- SN01058244-W 20060528/060526220831 (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 |