Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2009 FBO #2735
SOLICITATION NOTICE

G -- Orthodox Priest

Notice Date
5/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
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
W9124809R0018
 
Response Due
5/27/2009
 
Archive Date
7/26/2009
 
Point of Contact
SaLonda M. Ozier, 270-798-7810<br />
 
E-Mail Address
ACA, Fort Campbell
(salonda.m.ozier@us.army.mil)
 
Small Business Set-Aside
Total 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. Solicitation number W91248-09-R-0018 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. Acquisition is set aside for small business concerns. The NAICS Code is 813110 and the small business size standard is $7.0 Million. Performance period is for one year. Anticipated start date is on or about 1 June 2009 through 31 May 2010. Offers are due not later than 12:00 P.M. 27 May 2009. All responsible concerns may submit an offer that will be considered by this Agency. Submit offers to MICC, DOC, ATTN: Shirley Banks, 2174 13 Street, Fort Campbell, KY 42223-1100. Point of Contact is Shirley Banks, 270-798-7857, shirley.banks@us.army.mil or Ms. Gertrude A. Colbert, 270-798-7566, trudy.colbert@us.army.mil. The provision at 52.212-1 Instructions to Offerors-Commercial Items is applicable and is addended as follows: Paragraphs (b)(5) and (d), (e), (h) and (i) are deleted. The provision is also addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information www.gsa.gov); 52.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.216-1 Type of Contract (Fill-in-information firm fixed requirements); and 252.204 Commercial and Government Entity (CAGE) Code Reporting. The FAR provision at 52.212-2 Evaluation-Commercial Items is applicable (evaluation factors are Technical (Experience) and Price. Technical factor is significantly more important than Price. (Refer to the Performance Work Statement for Qualifications). The Government intends to make a single award to the responsive and responsible offerors whose offer is the most advantageous to the Government considering price and non-price related factors. The successful offeror must be registered in Central Contractor Registration (CCR). CCR website is https://www.bpn.gov/CCR/scripts/index.html. Offerors are instructed to submit the following documents with offer(s): Resume stating experience; Completed Offer Schedule; completed copies of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFAR Provision 252.212-7000 Offeror Representations and Certifications Commercial Items or a statement that Representation Certifications are available at the ORCA website; financial and customer references (name of financial institution where business bank account is located; account numbers; and names of customers and telephone numbers). This information will be used to determine responsibility for the successful offeror. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and is addended to incorporate the following clauses: FAR 52.252-2 Clauses Incorporated by Reference (http://acqnet.saalt.army.mil/library/default.htm); 52.219-6 Notice to Total Small Business Set-aside; FAR 52.228-5 Insurance-Work on a Government Installation); FAR 52.252-2 Clauses Incorporated by Reference (Fill-in information www.gsa.gov); 52.232-18 Availability of Funds; FAR 52.232-19 Availability of Funds for the Next Fiscal Year; DFARS 252.201-7000 Contracting Officers Representative; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Required Central Contractor Registration. DFARS 252.212-7000 Offeror Representations and Certifications; FAR Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional clauses cited within the clause also apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.219-5 Notice of Total Small Business Set Aside; FAR 52.219-8 Utilization of Small Business Concerns; 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; 52.222-50 Combat trafficking in Persons; 52.232-33 Payment by Electronic Fund Transfer; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items are applicable and the following additional Clause cited within this clause also apply: FAR 52.203-3 Gratuities and DFARS 252.232-7003 Electronic Submission of Payment Requests. Place of Performance will be at the following Chapel: Peace Chapel, Fort Campbell, KY 42223. Offers are due no later than 12:00 NOON C.S.T. P.M. 27 May 2009. All responsible sources may submit an offer, which will be considered by the Directorate of Contracting, ATTN: Shirley Banks, 2172 13 Street, Fort Campbell, KY 42223-9998. Contact Shirley Banks, 270-798-7857, shirley.banks@us.army.mil for information regarding the solicitation. Manpower Reporting: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL Contractor manpower (including subcontractors manpower) required for performance of this contract. The Contractor is required to completely fill in all information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: a. Contracting Office, Contracting Officer, Contracting Officers Technical Representative; b. Contract number, including task and delivery order number; c. Beginning and ending dates covered by reporting period; d. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; e. Estimated direct labor hours (including subcontractor); f. Estimated direct labor dollars paid this reporting period (including subcontractors); g. Total payments (including subcontractors); h. Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each subcontractor if different); i. Estimated data collection cost; j. Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); k. Locations where Contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, county, when in an oversea location, using standardized nomenclature provided on website; l. Presence of deployment or contingency contract language; and m. Number of Contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK09/W9124809R0018/listing.html)
 
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
SN01825176-W 20090523/090521235806-2e008673a9e6958c417d0fec92a6ce49 (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.