SOLICITATION NOTICE
88 -- CAPRINES
- Notice Date
- 4/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 112420
— Goat Farming
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-10-T-0013
- Archive Date
- 5/15/2010
- Point of Contact
- Tonya Modlin, Phone: 910-432-6637, Barbara L Bowles, Phone: 910-432-8598
- E-Mail Address
-
modlint@soc.mil, bowlesb@soc.mil
(modlint@soc.mil, bowlesb@soc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis: The US Army Special Operations Command (USASOC), has a requirement for supply and transport of Caprines to Fort Bragg, North Carolina. This is a combined synopsis/solicitation H92239-10-T-0013 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. Quotes are being requested and a separate solicitation will not be issued. This Request For Quote (RFQ) is issued as set aside for small business under NAICS 112420, size standard $750K and will result in one Indefinite Delivery Indefinite Quantity (IDIQ) contract award. This RFQ is issued using Simplified Acquisition Procedures pursuant to FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005, effective 19 March 2010. This requirement is as follows: ANNUAL REQUIREMENT: 0001 Caprines 3600 each 1 June 2010 thru 31 May 2011 1001 Caprines 3600 each 1 June 2011 thru 31 May 2012 Contracting Office Address: U.S. Special Operations Command USASOC, ATTN:E-2929 Fort Bragg, NC, 28310, Point of Contact(s): Tonya Modlin Contract Specialist Phone 910-432-6637, Fax 910-432-9345 Email modlint@soc.mil SECTION C DESCRIPTION/ SPECS/ WORK STATEMENT C.1 The Contractor shall provide and deliver to Fort Bragg, North Carolina caprines meeting or exceeding the following specifications in accordance with this Section C, Federal, state and local regulations governing the health requirements for the transport and admission of animals both intra and interstate, and all other terms and conditions stated herein. C.2 General: C.2.1 Health: Caprines must be live, male only (wether or intact), weighing a minimum of fifty-five (55) pounds (25 kg) upon delivery to Fort Bragg, North Carolina. C.2.2 Caprines shall be healthy, free of zoonotic diseases and show no evidence of respiratory, gastrointestinal, cutaneous, musculoskeletal, nervous, metabolic, ophthalmic, or other diseases. C.2.3 A military veterinarian, or in his or her absence his trained representative, will be present at delivery and will inspect each caprine for lameness or any infectious, traumatic, or metabolic condition; and shall be the final authority for medical acceptance or non-acceptance. C.2.4 Examples of common causes for rejection are listed below (but are not all inclusive): C.2.4.1 Mucopurulent Nasal discharge: Mucopurulent nasal discharge is an indicator of upper respiratory infection or pneumonia. A small amount of clear nasal discharge may result from transport. C.2.4.2 Infectious keratoconjunctivitis (pinkeye) and ocular discharge: Crusting, tearing/drainage, or any clouding of the cornea may indicate the presence of pinkeye. C.2.4.3 Contagious ecthyma (orf or sore mouth): Contagious ecthyma is a zoonotic disease. Any caprine with evidence of a lesion will be rejected. C.2.4.4 Diarrhea C.2.4.5 Lameness: Any alteration in gait may indicate lameness, regardless of cause. The ability to bear weight on the affected limb shall not be a factor in determining acceptance or rejection. C.2.4.6 Open wounds: This includes any wound that is not completely healed or is bleeding or infected. Examples are broken horns, open sinuses, and lacerations. C.2.4.7 Caseous Lymphadenitis: Any cutaneous nodule which holds the characteristics of caseous lymphadenitis may be rejected. C.2.4.8 Deceased or moribund animals: Deceased or moribund (downer) animals will not be accepted. The attending veterinarian may elect to euthanize the moribund animal for humane reasons. Euthanasia for humane reasons does not entitle the Contractor to reimbursement for the animal. The Government may offer to dispose of the dead animals as a courtesy to the vendor. C.2.5 Delivery: Contractor shall deliver Caprines in monthly lots of 50 to 300 with 30 days notice. The annual total generally will not exceed 3600 animals. The estimated delivery schedule will be given at the time of award. The entire quantity stated for delivery on any specific day shall be delivered at one time, e.g. no split shipments will be accepted. Generally, deliveries shall be made between the hours of 0600 and 0900, Monday through Friday. Delivery/in processing procedures shall begin no earlier than 0600 and will continue until all inspections are completed, normally not later than 0900 hrs on the day of delivery. The Contractor shall coordinate with the receiving facility at least 48 hours or two business days prior to delivery for the exact time of delivery based on the availability of veterinary personnel. Changes to time of delivery may be made by direct coordination between the contracting officer/contracting officer's representative (CO/COR) and the contractor up to 12 hours prior to the delivery time. The contractor should be aware that a shorter notification may be provided should the installation be closed due to extreme inclement weather. The COR information will be given at the time of the award. C.3 Qualifications: The Contractor must be an USDA Class A or Class B licensed dealer. C.4 QUARANTINE PROCEDURES: C.4.1 Prior to delivery, all caprines shall be quarantined for a minimum of fourteen (14) days on pasture or within confinement facilities that meet the standards described in Title 9 CFR, Chapter 1, Part 3, subpart F, paragraphs 3.125 through 3.142. The animals shall be quarantined as a group and at least 30 feet from other domestic, wild, or exotic animals. If animals are housed indoors, minimum space requirements are 15 square feet per animal. If animals are outdoors, no more than 50 adult goats per acre of grass pasture having access to sheltered areas of at least 5.4 square feet of shelter per animal. Animals may be removed from the quarantine group during the fourteen (14) day period prior to delivery, but shall not be returned to the group for that delivery. Animals shall not be added to the quarantine group during the fourteen (14) day period prior to delivery. Additions of new or previously rejected animals to a particular quarantine group will necessitate that the entire quarantine period be served again by all animals within that group. The quarantine facility shall be the location stated in the USDA Class A or Class B license. The Contractor shall notify the COR prior to the beginning of the quarantine period. The Government reserves the right to conduct announced or unannounced inspections of the quarantine facilities at any time to ensure compliance with quarantine requirements, compliance with humane care standards, and to maintain positive animal identification throughout quarantine period. The quarantine facilities shall not be located on Fort Bragg, North Carolina. C.4.2 For each delivery, the Contractor shall self-certify that the animals have been quarantined on the Contractor's facility for the required fourteen (14) days. C.4.3 The Contractor shall not function as a broker between a "sale barn" or "auction house" (any place, public or private, where animals from multiple sources are commingled and sold or exchanged by auction, bidding, or any other financial transaction) without the fourteen (14) day quarantine period on the Contractor's facility. C.5 The Contractor shall institute an animal health program that will ensure delivery of healthy animals to Fort Bragg, North Carolina. This program will include, at a minimum, vaccinations for Shipping Fever Pneumonia Complex, Enterotoxemia, and Tetanus no later than the beginning of the fourteen (14) day quarantine period. The Contractor shall consult with the Contractor's veterinarian to implement this requirement and for additional components of a herd health program, including an effective deworming program that are applicable to the Contractor's facility and herd health situation. C.6 The Contractor shall begin transition to a pelleted grain diet 10-14 days prior to delivery to reduce digestive problems after delivery. END OF SECTION C 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 following factors shall be used to evaluate offers: Low Price Technically Acceptable (LPTA). The Government will assess the technical factors of each offer on the basis of being able to provide evidence of the requirements in Section C. Technical and past performance, when combined, equal to price. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: It is the contractor's responsibility to be familiar with the provisions and clauses contained herein. Full text clauses are available at farsite.hill.af.mil. The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.203-3 Gratuities APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.204-7 Central Contractor Registration APR 2008 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) FEB 2010 52.216-2 Economic Price Adjustment - Standard Supplies JAN 1997 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies AUG 2009 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 252.201-7000 Contracting Officer's Representative DEC 1991 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) JUL 2009 252.225-7001 (Dev) Buy American Act and Balance of Payments Program (Deviation) JAN 2009 252.225-7012 Preference For Certain Domestic Commodities DEC 2008 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III 5652.204-9000 Individual Authorized to Sign APR 2003 CLAUSES INCORPORATED BY FULL TEXT 52.216-18 ORDERING. (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 01 June 2010 through 30 November 2012. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216-19 ORDER LIMITATIONS. (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 50, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of 50; (2) Any order for a combination of items in excess of 3600; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 30 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.(End of clause) 52.216-21 REQUIREMENTS (OCT 1995) (a) This is a requirements contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated'' or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 November 2012. (End of clause) 52.216-22 INDEFINITE QUANTITY. (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum". The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum". (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 November 2012. (End of clause) 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of clause) 52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.(End of clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration. (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.(End of clause) 5652.201-9002 Authorized Changes Only by Contracting Officer (2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contract Specialist is Ms Tonya Modlin, email: modlint@soc.mil, phone 910-432-6637, or fax 910-432-9345. Secondary point of contact is Ms. Barbara Bowles, email bowlesb@soc.mil; fax 910-432-2146. Mailing address for both, DCS, Acquisitions and Contracting, HQ US Army Special Operations Command, ATTN: AOCO, 2929 Desert Storm Drive (Stop A), Fort Bragg, NC 28310-9110 (end of clause) 5652.215-9008 Past Performance Data (2001) Section L Offerors shall identify past or current contracts with Federal, State, and local governments and private industry for efforts similar to the effort require by this solicitation. Offerors may identify up to 3 contracts. Applicable information for each contract shall include the following: Name of Company, Contract Number, Start and Completion, Value of Contract, Contact Name, Phone Number, and Email address. (a)Offerors are encouraged to provide information on problems encountered on contracts and the offeror's corrective actions. (b)Offerors shall state in their proposal if relevant performance history is not available. INSTALLATION ACCESS Post Decals: Only those vendors who are required to have a common access card (CAC) are authorized to register their vehicles on Fort Bragg and obtain a post decal. CACs are only issued to vendors who are required to access a Government owned computer system in order to comply with the terms of the contract. Vendors who are not eligible for a CAC and post decal must consider one of the following alternatives for post access. RAPIDGate TM : Effective February, 2007, Fort Bragg implemented a new standardized entry protocol called the RAPIDGate Program, provided by Eid Passport, Inc, for all new and existing vendors, suppliers, contractors, and service providers who require routine access to buildings within the Fort Bragg facility to perform unclassified work. The RAPIDGate program runs a 10-year felony background screen, other criminal screens, and validates the individual's social security number. The program also verifies that the individual is either a U.S. Citizen or is legally eligible to work in the United States. Upon passing the background screening process, participants will be issued a personalized RAPIDGate badge that, when verified by a security officer, will allow the participant to enter Fort Bragg through all gates without having to stop for a vehicle inspection. RAPIDGate is not authorized for foreign visitors. Vendors can obtain more information regarding RAPIDGate by forwarding questions to info@rapidgate.com with the subject line RE: RAPIDGate Program. Each vendor must pay an annual RAPIDGate fee for the company as well as a fee for each employee requiring a RAPIDGate pass. Fort Bragg's RAPIDGate registration can be accomplished at the All American Visitor Center, Randolph Gate, or the Truck Plaza using the self-service RAPIDGate Registration Station or by calling Eid Passport at 877-727-4342. FOREIGN VISITOR REGISTRATION: Foreign visitors to Fort Bragg are required to be registered regardless of status (official/unofficial) onto the Fort Bragg Foreign Visitors Roster. This includes, but is not limited to the following, non-US visitors: •Foreign military and government personnel on either official or unofficial visits •Contractors •Family members not possessing DoD dependent ID card •Guests In order to be added to the Foreign Visitor List, the following information is required: •Full name •Country of citizenship •Passport or other picture identification and number •Dates of visit (from-to) •Organization or person visiting •Unit/Entity responsible/hosting the visit •Contact/Escort (must be US Army/DoD personnel) •Telephone number •Purpose of visit Information is required to be sent to the Fort Bragg Foreign Visitor Coordinator and Disclosure Officer (FDO) at least 48 hours prior to visit to ensure visitor is entered onto the Fort Bragg Security and Intelligence Directorate's Foreign Access Roster for approved visit. Phone number for 18th Airborne Corps FDO Office is (910) 396-7858 or fax at (910) 396-4723. All visitors to Fort Bragg who are not participating in one of the access options identified above, must enter Fort Bragg through the All American Access Gate and must go through a vehicle inspection and show a picture ID. SHIPPING AND RECEIVING INSTRUCTIONS (JUN 2009) MARKING: Contractors shall ensure that the contract number is clearly marked on the exterior of all shipping cartons/containers. This will assist in timely receipt of and payment for the supplies accepted. The purchase/delivery order number can be located in blocks 1 and 2 of the DD Form 1155 and block 2 of the SF 1449. It also appears at the top of each subsequent page. If drop shipping procedures are used, please ensure that your shipper complies with these instructions. Cartons without identification may be returned "freight collect". SHIPPING: The purchase/delivery order provides the only approved ship to/delivery address(es). Do not redirect shipments to locations other than those specified in the order. To do so may delay acceptance of and payment for the items shipped. Additional costs for shipment to addresses other than those specified on the order will not be paid unless the ship to/delivery address has been changed by a modification to the order signed by a contracting officer. INVOICING PROCEDURES: ELECTRONIC INVOICING: Except as provided in paragraph (c) of DFARS Clause 252.232-7003, Electronic Submission of Payment Requests (Mar 2007), the Contractor shall submit payment requests through Wide Area Work Flow (WAWF) utilizing the Invoice and Receiving Report (Combo) method. The COMBO method is designed to generate a notification to the receiver that an invoice has been submitted and requires a receiving report. Utilization of this feature is expected to minimize delays in the payment process. Contractors shall register to use WAWF and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. Information regarding WAWF is available on the Internet at the following addresses: WAWF General Information and Registration - https://wawf.eb.mil WAWF Training Database (great place to practice using WAWF) - https://wawftraining.eb.mil WAWF On-line Training Course (great place to begin learning WAWF) - www.wawftraining.com DFAS Electronic Commerce End Users Tool Box (registers for classroom training and obtain user guides) http://www.dfas.mil/contractorpay/electroniccommerce/ECToolBox.html ALTERNATE METHOD: In the event WAWF is not available, invoices may also be submitted via fax to: DFAS - Rome, FAX# 877-575-3332. This method is to be used by exception only. TO ACCESS PAYMENT STATUS ELECTRONICALLY: https://myinvoice.csd.disa.mil//index.html FOR ADDITIONAL INFORMATION REGARDING THE VENDOR PAY INQUIRY SYSTEM: http://www.dod.mil/dfas/contractorpay/vedorpayinquiresystemvpis.html CUSTOMER SERVICE inquiries may be made to: 1-800-553-0527 DFAS: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) Office as designated in this contract. Please have your purchase order/contract number ready when calling about payments. You can also access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. CODES: The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT: (CHECK ONE) _X_ COMBO: Invoice and Receiving Report __ Invoice as 2-in-1 (Services only) __ Invoice Only __ Construction Invoice (Contractor Only) __ Progress Payment (Government Only) __ Cost Voucher (Government Only) __ Receiving Report (Government Only) __ Receiving Report with Unique Identification (UID) Data (Government Only) (UID is a new globally unique "part identifier" containing data elements used to track DOD parts through their life cycle.) INFORMATION BELOW WILL BE PROVIDED UPON AWARD ISSUE BY DODAAC: (FILL IN) SHIP TO DODAAC: (FILL IN) ACCEPT BY DODAAC: (FILL IN) PAYMENT OFFICE FISCAL STATION CODE: (FILL IN) EMAIL POINTS OF CONTACT LISTING: Upon submission of your electronic invoice, use the Email feature in WAWF to notify the following personnel: ACCEPTOR: (FILL IN@soc.mil) CONTRACT ADMINISTRATOR: (FILL IN@soc.mil) CONTRACTING OFFICER: (FILL IN@soc.mil) ADDITIONAL CONTACT: (FILL IN@soc.mil) RECEIVING REPORT PROCEDURES: ELECTRONIC RECEIVING VIA WAWF: The Warehouse/Receiving Activity/Contracting Officer's Representative (COR) is responsible to ensure a receiving report is correctly processed and forwarded to the appropriate finance office via Wide Area Work Flow (WAWF). In the event of a WAWF problem, contact the WAWF Help Desk at Toll Free: 1-866-598-3560, Commercial: 614-693-0290; or DSN: 869-0290. PAPER RECEIVING REPORTS BY EXCEPTION ONLY: DD FORM 1155 - If the DD Form 1155 is used as the receiving report for either a final or partial receipt/payment: SF FORM 1449: If the SF Form 1449 is used as the receiving report as either a final or partial receipt/payment: DD FORM 250: If the DD form 250 is used for the receiving report, the only version acceptable by DFAD is the form dated August 2000. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Tonya Modlin), Fort Bragg, North Carolina, 28310, not later than 4:00 p.m., 30 April 2010. E-mail submissions will beaccepted at modlint@soc.mil or fax at (910) 432-9345. Quotes shall include: (1) Letter signed by an individual authorized to bind the organization. (2) CLIN 0001 and CLIN 1001, to include unit and total price, (3) Completed Representations and Certifications, (4) Acknowledgement of any amendments that may be issued, (5) Past performance reference information and (6) Supporting documentation for evaluation. Quotes not containing sufficient documentation required for evaluation may be excluded from competition. Questions concerning this acquisition shall be submitted in writing and emailed to the contracting officer's address. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published on FedBizOpps, the same as this combined synopsis/solicitation. The point of contact for this requirement is Tonya Modlin, Contract Specialist at (910) 432-6637, e-mail modlint@soc.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-10-T-0013/listing.html)
- Place of Performance
- Address: Fort Bragg, NC, FORT BRAGG, North Carolina, 28307, United States
- Zip Code: 28307
- Zip Code: 28307
- Record
- SN02124544-W 20100418/100416235520-a76ad35f202ccc30502000b59392ac1c (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 |