Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2008 FBO #2274
MODIFICATION

R -- CONTRACTOR SUPPORT SERVICES TO MANAGE THE CATHOLIC RELIGIOUS PROGRAM

Notice Date
2/15/2008
 
Notice Type
Modification
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700108Q0012
 
Response Due
3/7/2020
 
Archive Date
4/6/2008
 
Point of Contact
Doreen Rook 910-451-3094
 
E-Mail Address
Email your questions to Contracting Dept., Camp Lejeune, NC
(doreen.rook@usmc.mil)
 
Description
The purpose of this modification is to change the date for submission of questions and quotes. The description reads as follows: 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; quotes are being requested and a written solicitation will not be issued. M6700108Q0012 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-22, effective 23 November 2007 and DFARS Change Notice (DCN) 20071207. The proposed acquisition is a 100% small business set-aside. The associated North American Industrial Classification System (NAICS) code for this requirement is 611710. To meet the small business size standard a concern?s annual receipts must not average more than $6.0 million for their latest three completed fiscal years. A firm-fixed price contract will be awarded for the requirement that is described as fol lows: The purpose of this request for quote is to procure a contractor employee to furnish services required to direct Catholic religious education for the Command Religious Program at Marine Corps Base, Camp Lejeune, North Carolina. A detailed description of the Government?s requirement is located at Attachment # 1 and #2. This solicitation is subject to the Service Contract Act of 1965, as Amended, unless a statutory exception applies per FAR subpart 22.10. Evaluation: Responses to this RFQ will be evaluated and awarded based on best value to the Government. Evaluation criteria in descending order are technical capability, delivery, past performance and price. Technical: Resumes are required and will be evaluated based on the areas listed in section IV. Technical Requirements of the Statement of Work (SOW). (Attachment #2) Pricing: Prices shall be FOB Destination. Period of Performance: The period of performance shall be for a twelve- month base period, 01 April 2008 through 31 March 2009, with two (2) 12-months priced out option periods to be exercised at the Government?s discretion. Past Performance: Offerors shall provide at least three (3) relevant past performance references with their quote. Reference information shall include agency name, contract number, dollar amount, point of contact (include phone number), for which your firm has provided the same or similar items. Offerors are to include a completed copy of the provisions at 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 only paragraph (k) of this provision shall be completed. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items applies to this acquisition; FAR 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Applicable clauses cited in 52.212-5 are: 52.219-6 Notice of Total Small Business Set-Aside, 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 Equal Opportunity 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, and 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration. The following DFARS clauses are applicable to this acquisition: 252.212-7000, Offeror Representations and Certificati ons--Commercial Items. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. Additional clauses cited in 252.212-7001 applicable to the acquisition are 252.232-7003 Electronic Submission of Payment Requests. Additional DFARS clauses applicable to this acquisition are 252.204-7003 Control of Government Personnel Work Product, and 252.243-7001 Pricing of Contract Modifications, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.217-5 Evaluation of Options. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Depar tment of Defense web-based software application, called Wide Are Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is https://wawf.eb.mil. WAWF training can be accessed at http://www.wawftraining.com/. Numbered Note 1 applies. Questions must be submitted by 2:00 p.m. EST, 22 February 2008 via email to doreen.rook@usmc.mil. Quotes are due by 2:00 p.m. EST, 17 March 2008 and may be emailed to doreen.rook@usmc.mil. The burden of insuring the Contractor?s quotes are received by this office, within the stated timeframe, is the Contractor?s responsibility. This shall be a firm?fixed price contract, payable monthly in arrears. Quotes shall include (1) pricing information; (2) technical information ? resumes addressing the tasks and requirements in the SOW; and (3) relevant and acceptable past performance information, providing references that demonstrate the contractor?s experience in performing work of a similar type, size, volume and complexity as stated in this requirement. Points of contact for this requirement are Doreen Rook, (910) 451-3094.
 
Record
SN01510562-W 20080217/080215231312 (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.