Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

J -- Contractor Logistics Support (CLS) on the Karcher Multi-Purpose Decontamination System (MPDS), which includes maintenance, logistics, and training.

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H0909TKK01
 
Response Due
9/3/2009
 
Archive Date
11/2/2009
 
Point of Contact
Kurt L Kleinlein, (309) 782-6984
 
E-Mail Address
TACOM - Rock Island
(kurt.kleinlein@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. This solicitation is restricted to DRS Sustainment Systems, Inc. 201 Evans Lane St Louis, MO 63121-1126 CAGE 98255. The solicitation will be issued through Fedbizopps as will any amendments thereto. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2008-19, effective 19 September 2007. The requirement is for a 1 year effort for the following: 0001: PROGRAM MANAGEMENT _________________ per month 0002: TRAINING _______________ per month 0003: PMCS _________________ per month 0004: MAINTENANCE ___________________ per month 0005: PARTS INVENTORY ________________ per month 0006: SHIPPING: ________________NTE per month* 0007: TRAVEL ______________________NTE per month** *Shipping will be based on actuals and submitted with proper documentation. **Travel will be submitted based on actuals IAW the JTR. Please provide a monthly NTE for travel. 53.204-2 Security Requirements 52.212-1 Instructions to Offerors-Commercial Items 52.213-3 Notice to Supplier 52.212-4 Contract Terms and Conditions-Commercial Items 52.246-15 Certificate of Conformance 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items The following clauses apply to this acquisition: -52.233-3 Protest After Award -52.233-4 Applicable Law for Breanch of Contract Claim -52.203-6 Restrictions on Subcontractor Sales to the Government -52.219-8 Utilization of Small Business Concerns -52.219-9 Small Business Contracting Plan -52.219-16 Liquidated Damages-Subcontracting Plan -52.219-28 Post Award Small Business Program Rerepresentation -52.222-3 Convict Labor -52.222-19 Child Labor-Cooperation with Authorities and Remedies -52.222-21 Prohibition on 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 -52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees -52.225-1 Buy American Act -52.225-13 Restrictions on Certain Foreign Purchases -52.232-29 Terms for Financing of Purchases of Purchases of Commercial Items -52.232-33 Payment by Electronic funds TransferCentral Contractor Registration -52.222-42 Statement of Equivalent Rates for Federal Hires -52.222-43 Fair Labor Standards Act and Service Contract Act -52.203-6 Restrictions on Subcontractor Sales to the Government-Alternate I -52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration 252.204-7006 Billing Instructions 252.212-7000 Offeror Representations and Certifications-Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items -52.203-3 Gratuities -252.203-7000 Requirements Relating to Compensation of Former DoD Officials -252.205-7000 Provision of Information to Cooperative Agreement Holders -252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) -252.225-7001 Buy American Act and Balance of Payments Program -252.225-7012 Preference for Certain Domestic Commodities -252.225-7021 Trade Agreements-Alternate I -252.225.7028 Exclusionary Policies and Practices of Foreign Governments -252.225-7036 Buy American ActFree Trade Agreement -252.232-7003 Electronic Submission of Payment Requests and Receiving Reports -252.247-7023 Transportation of Supplies by Sea 52.201-4501 Notice of Rock Island Ombudsman a. We have an Ombudsman Office here at TACOM LCMC (Rock Island). Its purpose is to open another channel of communication with TACOM LCMC (RI) Contractors. b. If you think that this solicitation: (1) has inappropriate requirements; or (2) needs streamlining; or (3) should be changed, you should first contact the buyer or the (Procurement) Contracting Officer (PCO). c. The buyer's name, phone number and address are on the cover page of this solicitation. d. If the buyer or PCO doesn't respond to the problem to your satisfaction, or if you want to make comments anonymously, you can contact the Ombudsman Office. The address and phone number are: U.S. Army TACOM LCMC (Rock Island) ATTN: AMSTA-AQ-AR (OMBUDSMAN) 1 Rock Island Arsenal Rock Island IL 61299-7630 Phone: (309) 782-3224 Electronic Mail Address: ROCK-OMBUDSMAN@conus.army.mil e. If you contact the Ombudsman, please provide the following information: (1) TACOM LCMC (RI) solicitation number; (2) Name of PCO; (3) Problem description; 52.233-4503 AMC Level Protest Program 52.246-4500 Wide Area Workflow-Receipt Acceptance 52.225-4040 Army Materiel Command (AMC) Administrative Requirements for Deployed Contractors Contractor 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 subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost; (10) 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; (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) 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. Attachments to the solicitation are as follows: 0001: Performance Work Statement 9 pages
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAE20/W52H0909TKK01/listing.html)
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
 
Record
SN01932706-W 20090830/090829011446-78e3b1138ecbf5bf59640a2a6a673994 (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.