SOLICITATION NOTICE
U -- CAPSTONE - SOLICITATION
- Notice Date
- 1/7/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting 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
- SP4705-10-T-0004
- Archive Date
- 1/26/2010
- Point of Contact
- James A. Spell Jr, Phone: 703-767-1252
- E-Mail Address
-
james.spell@dla.mil
(james.spell@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOLICITATION. This combined synopsis solication will close on 01/11/2010 at 8am. Block 8 in the solicitation is hereby corrected to read 08:00 AM 11 Jan 2010. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6. As supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation (SP4705-10-T-0004) incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-32, effective March 31, 2009. This acquisition is a 100% Small Business Set-Aside (Numbered Note 1 applies). The applicable North American Industry Classification Standard Code is 541690 and the small business size standard is $7,000,000.00. The award will be in accordance with FAR 6.1. The solicitation will result in a firm- fixed price contract from date of award through December 31, 2010. Please submit all questions in writing to the Point of Contact by 3:00 pm eastern standard time (est) January 8, 2010. 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. The National Defense University requires to develop and conduct a course of instruction for general and flag officers from all Services to reinforce the officer's comprehension of joint matters and national security strategy. The course's are designed to focus on the highest levels of strategy, integrating the elements of national power to achieve national security objectives. See attached statement of work in the solicitation. The intention is to award multiple Firm Fixed Price Contracts off of this solicitation. The period of performance for this effort is January 15, 2010 through December 31, 2010. The contractor will be evaluated based on the technical requirements listed below: TECHNICAL REOUIREMENTS Capstone - Retired from active duty as a four-star general or flag officer. - Has held one or more of the following positions in the U. S. Armed Forces: Chairman of the Joint Chiefs of Staff Vice-Chairman of the Joint Chiefs of Staff Commander-in-Chief of a Unified/Specified/Combined Command Service Chief/Commandant or Vice Service Chief/Commandant Chief of Staff, Supreme Headquarters Allied Powers Europe Senior U. S. Military Representative to NATO Service Component Commander for Unified/Combined Command Key four-star position within a service Keystone Retired from active duty as a E9 Must have held Combatant Command Senior Enlisted Leader, Service Senior Enlisted Advisor or Senior Enlisted Advisor to the Chairman, Joint Chiefs of Staff position. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) CONTRACT CLAUSES AND SOLICITATION PROVISIONS: The full text of clauses may be accessed electronically at www.acqnet.gov/far. The following clauses and provisions apply to this solicitation: 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.212-4, Contract Terms and Conditions Commercial Items (Sept 2005); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2006); 52.219-6, Notice of Total Small Business Set Aside (Jun 2003); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (June 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-1, Buy American Act-Supplies (June 2003); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 52.212-1, Instructions to Offerors Commercial Items (Jan 2006); 52.212-3, Offeror Representations and Certifications Commercial Items (Mar 2005); 52.215-5, Facsimile Proposals (Oct 1997). All offerors wishing to submit a proposal subsequent to the solicitation described herein must be registered in the Central Contractor Registration (CCR) database as well as the Online Representations and Certifications Application (ORCA) database or risk their otherwise-timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. 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/. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through Federal Business Opportunities website at www.fedbizopps.gov. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This acquisition is a Total Small Business Set-Aside (Numbered Note 1 applies). Offers are due no later than January 11, 2010, 8:00 am Eastern Standard Time. Offers received after this date and time will not be considered for award. Proposals shall address the requirements of the Statement of Work (see attachment) and evaluation criteria (to include proposed personnels name and qualifications). The postal mailing address is: DCSO-H, Attention: James A. Spell Jr., 8725 John J. Kingman Road, Fort Belvoir, VA 22060, phone number 703-767-1252. Offers may also be faxed to (703) 767-1130 or emailed to james.spell@dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-10-T-0004/listing.html)
- Place of Performance
- Address: BLDG 62 ROOM 174 300 5TH AVENUE, WASHINGTON, District of Columbia, 20319-5066, United States
- Zip Code: 20319-5066
- Zip Code: 20319-5066
- Record
- SN02037602-W 20100109/100108000151-1dbe8feefe260600d181ed30170e53b3 (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 |