Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2007 FBO #2070
SOLICITATION NOTICE

V -- Relocation Readiness Services

Notice Date
7/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
JP-COMBINED072607
 
Response Due
8/3/2007
 
Archive Date
10/2/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitat ion; proposals are being requested and a written solicitation will not be issued. The resultant contract will be firm fixed price with a base year period of performance of 14 Aug 2007  13 Aug 2008 and includes two one-year option periods. The North Ameri can Industrial Classification System (NAICS) code for this solicitation is 624190, and the size standard is $6.5M. Place of Performance: Rock Island Arsenal, Rock Island, IL 61299 At present funds are only available through 13 May 2008. The CLIN structure is as follows: CLIN 1001  Salary/Service for Relocation Readiness Services CLIN 1002  Contractor Manpower Reporting requirement for CLIN 0001. CLIN 2001  Salary/Service for Relocation Readiness Services - Option year 1 14 Aug 2008  13 Aug 2009 CLIN 2002  Contractor Manpower Reporting requirement for CLIN 1001. CLIN 3001  Salary/Service for Relocation Readiness Services - Option Year 2 14 Aug 2009  13 Aug 2010 CLIN 3002 - Contractor Manpower Reporting requirement for CLIN 2001. The following CLINS will be NSP (not separately priced): CLINS 1002, 2002, and 3002. Awards will be made based on price evaluation of the proposal. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The Performance Work Statement (PWS) and Full Text of the following Clauses shall be provided under separate attachment. 52.217-8 52.217-9 52.0000-4003 52.0000-4035 52.0000-4834 52.0000-4925 52.212-2 52.252-6 CLAUSES INCORPORATED BY REFERENCE: Please note that due to the character limitations in FedBizOpps, full text of the Federal acquisition Regulation (FAR) are being provided as a separate attachment and can also be accessed on the Internet at http://www.farsite.hill.af.mil . The provision a t FAR 52.212-1 , Instructions to Offerors-Commercial Items applies to this acquisition. Offerors are required to submit with their offer a completed copy of FAR 52.212-3, Offeror Representations and Certification Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. FAR and DFARS 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel 52.212-4, Contract Terms and Conditions--Commercial Items, 52.222-3, Convict Labor 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.232-18, Availability of Funds 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 252.201-7000, Contracting Officers Representative 252.204-7003, Central Contractor Registration (52.204-7) Alternate A 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003, Electronic Submission of Payment Requests 252.243-7001, Pricing of Contract Modifications 252.247-7023 Alt III, Transportation of Supplies by Sea Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement and can be found at https://wawf.eb.mil/ . All offers are due no later than 3:30 p.m., Central Daylight Time (CDT), 03 August 2007. Send all offers to Jessica Pearson, email: jessica.pearson1@us.army.mil or facsimile to 309-782-4998.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN01353500-W 20070728/070726222149 (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.