Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2008 FBO #2400
DOCUMENT

56 -- Updated Digitized Drawings - Section B/SF1449/Statement of Work

Notice Date
6/20/2008
 
Notice Type
Section B/SF1449/Statement of Work
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Support Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-08-T-0016
 
Archive Date
7/22/2008
 
Point of Contact
Beverly J Williams,, Phone: 703-767-1192
 
E-Mail Address
Beverly.J.Williams@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotations will not be issued. This acquisition will be set-aside 100% for small business in accordance with FAR 19.502-2(a). Numbered Note 1 applies. (ii) The reference/solicitation number is SP4705-08-T-0016 and the solicitation is issued as a request for quotation (RFQ). This acquisition is being conducted in accordance with FAR Parts 12, 13 and 15. The combined synopsis/solicitation will result in a purchase order. To establish a contract, the Defense Logistics Agency must make an offer that can be accepted by the contractor. The contractor can accept the government's offer by (1) a signed written acceptance of the government's offer or (2) by substantial performance in compliance with the contract. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-26, effective June 12, 2008. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) may be accessed electronically at www.acqnet.gov/far. (iv) North American Industry Classification System (NAICS) code is 541370 (size standards in number of dollars is $4.5) applies to this solicitation. (v) This requirement is for Field Verification and Building Surveys and Computer Aided Facility Management (CAFM) Database Development - The contractors shall provide services, support, and deliverables in accordance with the Statement of Work to provide the DES Facility Management Division updated digitized drawings of the DLA HQC building and to incorporate drawings into the TRIRIGA FACILITY CENTER CAFM application, which contains extensive digital engineering records that encompass the DLA Headquarters Complex. See attached document for Section B, Statement of Work, and SF1449. (vii) Delivery and acceptance of deliverables shall be FOB destination within 30 days of receipt of order to DLA, Fort Belvoir, Virginia 22060.; (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.216-1, The Government contemplates award of a firm fixed price contract resulting from this solicitation; 52.225-18, Place of manufacture, (xiii) of this solicitation; 52.233-2, Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract, with a period of performance not to exceed September 30, 2008, resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and attached Statement of Work will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (a) contractor's technical capability to provide required product and services as described in Statement of Work and (b) price. The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far). (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-28, Post Award Small Business Program Representation, 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; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Offerors are encouraged to obtain further information on CCR and ORCA registrations at the following two websites: http://www.ccr.gov/ and http://orca.bpn.gov/. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xvi) RESPONSES ARE DUE Monday, July 7, 2008, by 11:00 a.m. eastern time. Offers received after this date and time will not be considered for award. (xvii) Submit quotation by mail to – ATTN: Beverly J. Williams (DCSO-H), Defense Logistics Agency, 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA 22060. Electronic Mail may be used to submit quotations provided there is a scanned electronic signature. However, electronic mail is submitted at the contractor's own risk as large pdf. files may not be transmittable. Contact Beverly J. Williams at beverly.j.williams@dla.mil, if any technical questions. The solicitation is distributed solely through Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. For a copy of the solicitation, interested parties shall check this website for SP4705-08-T-0018. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c94301d05e16144f6d40e5e1f4d91fce&tab=core&_cview=1)
 
Document(s)
Section B/SF1449/Statement of Work
 
File Name: Section B/SF1449/Statement of Work included within attached document. (SP4705-08-T-0016.pdf)
Link: https://www.fbo.gov//utils/view?id=417128dcf9b8277afc42d59460ad08ba
Bytes: 54.52 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22406, United States
Zip Code: 22406
 
Record
SN01597805-W 20080622/080620222039-c94301d05e16144f6d40e5e1f4d91fce (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.