Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
SOLICITATION NOTICE

99 -- RESPITE CARE SERVICES

Notice Date
8/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Campbell, ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-08-R-0017
 
Response Due
8/28/2008
 
Archive Date
10/27/2008
 
Point of Contact
shirley.banks, 270-798-7857<br />
 
Small Business Set-Aside
Partial Small Business
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number W91248-08-R-0017 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. Acquisition will be solicit on a SBSA basis allowing submittal of proposals from non-profit organizations. The NAICS Code is 624910 and the small business size standard is $6.5 Million. Performance period is for one 12-months base period and four (4) 12-months option periods. Anticipated start date is on or about 17 Sep 2008 through 16 Sep 2009 (base period). The following will be available on the Internet at Fort Campbell Directorate of Contracting (DOC) Home page: www.campbell-doc.army.mil under Contracting Opportunities.: Schedule, Statement of Work, Applicable Wage Determination, and Instructions for Preparation/Submission of Offers. Offers are due not later than 2:00 P.M. 28 August 2008. The FAR provision at 52.212-1 Instructions to Offerors-Commercial Items is applicable and is addended as follows: Paragraphs (b)(5) and (d) are deleted. The provision at FAR 52.212-2, Evaluation Commercial Items applies to this solicitation. Past performance and Price are the evaluation criteria in Paragraph (a). Past performance is slightly more important than Price; Qualifications/Certifications and experience are equal in importance. The provision at 52.212-3 Offeror Representations and Certifications Commercial Items (ALT I) and (ALT III), applies to this solicitation. Offerors must submit completed copies of FAR 52.212-3, Offeror Representation and Certification Commercial Items. The following FAR clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions Commercial Items; Addendum to 52.212-4; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items applies to this acquisition with the clauses at the following paragraphs within 52.212-5 applying, FAR 52.203-3 Gratuities; FAR 52.217-8 Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract (fill-in information: Paragraph (a) thirty calendar days, Paragraph (c) five years); FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41 Service Contract Act of 1965 As amended (Wage Determination Number 2005-2187, Rev 5, 05/29/2008), is applicable to services performed hereunder. If a revised determination is received from Department of Labor that requires payment of a higher rate, prices may be adjusted accordingly; Paragraphs (b)(a) (o), (b) (5), (b)(7), (b)(11), (b)(12), (b)(13), (b)(14), (b)(15), (b)(22), (c)(1), (c)(2) fill-in information for FAR 52.222-42 Statement of Equivalent Rates of Federal Hires: Employee Class (Nursing Assistant I) #12221, Hourly Rate - $9.49, Fringe Benefits - $3.24). And (3); FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Mulitple Year and Option Contracts); FAR 52-228-5 Insurance Work on Government Installation: FAR 52-232-17 Interest; FAR 52.232-18 Availability of Funds; FAR 52-237.2 Protection of Government Buildings, Equipment and Vegetation; FAR 52.232-33 Payment by Electronic Funds-Central Contractor Registration; FAR 52.232-36 Payment by Third party; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233-3 Protest After Award; FAR 52.252-2 Clauses Incorporated by Reference (http://acqnet.saalt.army.mil/library/default.htm); DFARS 252.201-7000 Contracting Officers Representative: DFARS 252.204-7003 Control of Government Personnel Work Product: 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials: DFARS 252.242-7000 Postaward Conference; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items with the following clauses within DFARS 252.212-7001 applying: 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002 Certification of Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea.; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. Past performance will be evaluated based on information provided by the offerors customer/client references. Offeors shall include a listing of relevant contracts the offeror has performed during the past three years. Listing shall include contract number, type of contract, dollar value, place of performance date of award, and whether performance is on going or complete. Offerors shall also include the names, phone numbers, addresses and e-mail address of at least two points of contact. Past performance information obtained from any other sources will also be considered. Offerors lacking relevant past performance history will be evaluated on past performance information relating to a predecessor company, or key personnel who have relevant experience. Offerors without a record of relevant past performance information or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance. Single award will be made to the responsible offeror whose offer represents the best value after evaluation in accordance with the stated evaluation factors. Proposals are due 28 August 2008, 2:00 P.M. CT at Directorate of Contracting, Bldg. 2172, by mail, fax (270-798-7548) or email (elissa.jones@us.army.mil) ATTN: Elissa Jones (270-798-3120) or Gertrude A. Colbert (270-798-7566) trudy.colbert@us.army.mil, 13 St., Ft. Campbell, KY 42223-5334. Successful offeror must be registered in the Central Contractor Registration Database (see DFARS 252.204-7004) prior award of contract. CCR website https://www.bpn.gov/CCR/scripts/index.html.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=833dd477109669ed7a0b758d3c224995&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13.5 & Indiana Streets Fort Campbell KY<br />
Zip Code: 42223-1100<br />
 
Record
SN01643683-W 20080820/080818221543-833dd477109669ed7a0b758d3c224995 (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.