SOLICITATION NOTICE
R -- FACILITY AND LOGISTICAL SUPPORT SERVICE
- Notice Date
- 11/7/2007
- Notice Type
- Solicitation Notice
- NAICS
- 813110
— Religious Organizations
- 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-08-T-0019
- Response Due
- 11/13/2007
- Archive Date
- 1/12/2008
- Point of Contact
- RUBEN PINO JR, 915-568-3572
- E-Mail Address
-
Email your questions to ACA, Fort Bliss
(ruben.pino@us.army.mil)
- Small Business Set-Aside
- N/A
- 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; quotation s are being requested and a written solicitation will not be issued. The solicitation number, W911SG-08-T-0019, is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Fed eral Acquisition Circular (FAC) 2005-20. This acquisition is unrestricted using North American Industry Classification System (NAICS) code 813110, size standard $6.5M. The prospective contractor shall provide Religious Facility use and logistical support including incidentals for the Fort Bliss Chaplains Office in support of the Fort Bliss Integration Program. The prospective contractor is to quote on the following contract line item numbers: CLIN 0001 Religious Facility Use and Logistical Support (Da te of Award through September 30, 2007), $______________ and CLIN 0002 Manpower Reporting (Date of Award through September 30, 2007) $__________. CLIN 0001 package includes the use of a religious multi-use facility and logistical support on Tuesdays durin g normal business hours, a gym or similar size room to accommodate up to 350 people, state-of-the-art audio-visual equipment, five small multi-use break-out rooms to accommodate up to 100 people each, nursery rooms according to age groups, full kitchen cap ability with incidental refreshments, off-the-street parking, and access to standard commercial office equipment. The facility and logistical support shall meet local, state and federal compliances. The location of the prospective contractor shall be wit hin ten minutes vehicle commute time from the Fort Bliss, Cassidy Gate, in order to be considered. Logistical support shall be accomplished within the guidelines of Army regulations and directives, and the Installation Chaplains Policy Statements. Use o f the facility and logistical support may fluctuate to meet the Fort Bliss in-processing schedule of soldiers to the area. The listed Federal Acquisition Regulation (FAR) provisions and clauses apply to this synopsis/solicitation. FAR.52-252-1 Solicitati on Provisions Incorporated by Reference (Feb 1998) - This synopsis/solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will ma ke their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. Also, the full text of a solicitation provision may be accessed electron ically at this address: http://www.arnet.gov/far. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) - 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 their full text ava ilable. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov.far. FAR provision 52.212-1, Instructions of Offerors-Commercial (Sept 2006), applies to this acquisition; addenda to the provision does not apply. FAR provision 52.212-2, Evaluation-Commercial Items (Jan 1999) and evaluation criteria includes price and past p erformance in providing facility use/logistical support, resulting in best value to the Government. The prospective contractor is to include a completed copy of the FAR provision 52.212-3, Offeror Representation and Certifications-Commercial Items (Sept 2 007), with the quotation. FAR clause 52-212-4, Contract Terms and Conditions-Commercial Items (Feb 2007), applies to this acquisition; there is no addenda to this clause. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sept 2007), applies to this acquisition and additional FAR clauses cited below are applicable to this acquisition: 52.222-3, Convict Labor (JUNE 2003); 52.225-13 Restrictions on Certain Foreign Purchases (FE B 2006); 52.222-36 Affirmative Action for Workers with disabilities (JUN 1998); and 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration (OCT 2003); 52.216-18,Ordering (OCT 1995) from award date through September 30, 2007; 52.216 -19 Order Limitations (OCT 1995), (a) quantity of 10, (b) (1) quantity of 65, (b) (2) combination in excess of 65, (b) (3) seven days; 52.216-22 Indefinite Quantity (OCT 1995), September 30, 2012; 252.232-7003 Electronic Submission of Payment Requests (JAN 2004). The following additional contract requirements or terms and conditions consistent with customary commercial practices are necessary for this acquisition: (a) complete the CLIN fill-in blanks with unit price and extended pricing (use a blank page fo r any additional information); (b) performance evaluation meetings shall occur monthly with Chaplain service staff; (c) provide monthly invoice to the COR; (d) ensure compliance with provisions of the Privacy Act, Freedom of Information Act, and limitatio ns on Government collection of personal and statistical data on nonaffiliated personnel, and (e) complete Contractor Manpower Reporting requirement (see CLIN 0002): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates an d maintains a secure Army data collection site where the contractor will electronically report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall complete all the information in the fo rmat using the following web address https://contractormanpower.army.pentagon.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and del ivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Esti mated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each su bcontractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UI C for the purpose of reporting this information); (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provi ded on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). The reporting period is the period of performance not to excee d 12 months ending September 30 of each government fiscal year. The data must be reported by 31 October of each year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a f ormat for transferring files from a contractors system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Defense Priorities and Allocations System (DPAS) and rating are not applicable. Quotations are due November 13, 2007, 3:00 PM MST, at Directorate of Contracti ng, Building 2021 Club Road, Fort Bliss, Texas 79916. Electronic quotations will not be accepted. Point of contact for further information is Pat Collins at 915-568-5881 or Ruben Pino at 915-568-3572, Monday through Friday, 8:00 AM to 4:30 PM. Any amend ment will be publicized in the same manner as this combined synopsis/solicitation.
- 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
- SN01448574-W 20071109/071107224147 (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 |