Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
SOLICITATION NOTICE

R -- Requirement to purchase Administrative Support Services.

Notice Date
8/7/2008
 
Notice Type
Presolicitation
 
NAICS
813910 — Business Associations
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700108Q0192
 
Response Due
8/14/2008
 
Archive Date
9/14/2008
 
Point of Contact
Theta Lambert (910) 451-7844 Ms. Mimi Robinson - (910) 451-3014
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION to satisfy the Governments requirement for a commercial service prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this solicitation. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number M6700108Q0192 is issued as required as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-26 and DFARS Change Notice DCN 20080721. This solicitation is 100% set-aside for all qualified small businesses. The North American Industrial Classification System (NAICS) code for this requirement is 813910, and the small business size standard is $6.5 million. The Product Service Code (PSC) is R699. LINE ITEM #0001: EMPLOYMENT CONTRACT SERVICES FOR ADMINISTRATIVE SUPPORT SERVICES TO BE PERFORMED AT THE INSTALLATIONS CONTRACTING DEPARTMENT, MCIEAST, CAMP LEJEUNE, NC 28542. PERIOD OF PERFORMANCE: 16 AUGUST 2008 THROUGH 15 AUGUST 2009. QUANTITY: NTE 1,920 LABOR HOURS. LINE ITEM #0002: NTE 100 LABOR HOURS FOR OVERTIME. SEE ATTACHMENT 1. QUALIFIED CANDIDATES SHALL SUBMIT THEIR RESUME WITH THEIR QUOTE. The basis for award is best value. Evaluation will be based on relevent experience (i.e. the greater the amount of experience that is of the same type as the requirement, the better). A Statement of Work is in (Attachment 1). The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers - - Commercial Items; FAR 52.212-2 Evaluation - - Commercial Items The Government will award a contract resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. FAR 52.212-3 Offeror Representations and Certifications- - Commercial Items; FAR 52.212-4, Alt 1 Contract Terms and Conditions- - Commercial Items; Addendum for paragraph (c) as follows: Change/Modification to this requirement will be in accordance with FAR Clause 52.243-1; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders - - Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.204-7 Central Contractor Registration; FAR 52.217-8 Option to Extend Services; FAR 52.222-41 Service Contract Act of 1965; Wage Determination No. 2005-2393 is applicable to this requirement; is at (Attachment 2); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (Administrative Assistant 0303 - $14.24); DFARS 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.243-7000 Contract Modifications, provisions and clauses; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website:http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their contractors DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE Code entered must be for that name and address provided by the Contractor. Quoters are required to be registered in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. All Quoters must be registered with WAWF and CCR and have a current CCR record prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if timely received, must be considered by the agency. Quotes will be evaluated on a lowest priced technically acceptable basis. The closing date and time for this solicitation is 14 August 2008 at 1600 hour (4:00 PM) EDST. Quoters are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to theta.lambert@usmc.mil or fax to (910) 451-7844. NOTE 1.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=84fec182ce1cf944f9c0edc0298d1af9&tab=core&_cview=1)
 
Record
SN01634071-W 20080809/080807223258-56f90b66fd678b61b697cd8c56a171bb (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.