Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2008 FBO #2250
SPECIAL NOTICE

R -- Background Investigation Services

Notice Date
1/22/2008
 
Notice Type
Special Notice
 
NAICS
561611 — Investigation Services
 
Contracting Office
Securities and Exchange Commission, Procurement and Contracts Branch, Operations Center, 6432 General Green Way, MS 0-20, Alexandria, VA, 22312-2413, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SECHQ1-08-Q-0044
 
Response Due
1/29/2008
 
Point of Contact
Sandy Wright, Contracting Officer, Phone 2025517312, Fax 7039149226, - Sandy Wright, Contracting Officer, Phone 2025517312, Fax 7039149226
 
E-Mail Address
wrights@sec.gov, wrights@sec.gov
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a Combined Synopsis/Solicitation for a commercial service prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested in accordance with this RFQ and its respective attachments. This combined synopsis/solicitation will result in a firm fixed price commercial service contract. Simplified procurement procedures will be used per Federal Acquisition Regulation (FAR) Part 13. (ii) This combined synopsis/solicitation request for quotation(RFQ), SECHQ1-08-Q-0044, is issued as a total small business set-aside. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-23. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text (iv) The NAICS code is 561611 and size standard is $11.5 Million. (v) This combined synopsis/solicitation contains firm fixed price per unit contract line item numbers (CLINS) reimbursable line items. The schedule of items is attached along with clauses, statement of work and provisions. Offeror to provide pricing on the Schedule of Items attached where items proposed shall comply with section (vi) of this combined synopsis. (vi) The statement of work, clauses and provisions are attached as an addendum. Each quote at a minimum must meet the technical evaluation criteria as stipulated in 52.212-2 of the addendum in order to be technically acceptable. (vii) Deliverables and acceptance of deliverables will be FOB destination, Securities and Exchange Commission / 100 F. St. NE, Washington, DC 20549-0001. The estimated completion date for the base period of this requirement, should the government require a background investigation(s), is one year from date of contract award. (viii) The following FAR provisions and clauses are incorporated by reference and/or attached as addenda, and can be found in full text at www.arnet.gov/far: 52.212-1 Instructions to Offerors - Commercial Items. (ix) 52.212-2 Evaluation--Commercial Items where technical evaluation factors are listed in the addenda. 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. Additional guidance on price is provided under 52.212-1 section (g). (x) Offerors must include a completed copy of the provision at FAR 52.212-3 and/or, per 52.212-3(k), apply via the Online Representations and Certifications Application (ORCA) website and certify their ORCA information current in accordance with 52.212-3(k). (xi) The clause at 52.212-4, Contract Terms and Conditions?Commercial Items applies to this acquisition as do the attached clauses. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii) Applicable FAR clauses are attached in the addenda (a) The contract number shall be placed on or adjacent to all exterior mailing or shipping labels of deliverable items called for by the contract. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) No Numbered Notes are applicable to this requirement. (xvi) Offers are due January 29, 2008 by 12:00 p.m. local time. All offers must be signed. Offers may be faxed to (703) 914-9226, Attn: Jose-Luis Gallagher with signed original forwarded by mail to: US Securities and Exchange Commission, Procurement and Contracting Branch MS 0-20, 6432 General Green Way, Alexandria, VA 22312-2413. Quotes can be e-mailed to gallagherjo@sec.gov. A complete offer will consist of: (1) Price for CLINS as listed in the Schedule of Items (2) Signature on the quotation (3) Narrative addressing how the offeror will achieve the requirements listed in the Statement of Work and combined synopsis solicitation (4) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (xvii) Any of the FAR provisions or clauses can be provided via e-mail if your request is sent to: gallagherjo@sec.gov. Technical questions shall be due by 12:00pm local time on 24 JAN 2008 . Potential offerors must review and comply with the addenda applicable to this requirement in order to be considered for award.
 
Record
SN01489926-W 20080124/080122224618 (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.