Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2010 FBO #3171
SOLICITATION NOTICE

X -- Training Rooms Rental

Notice Date
7/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018910T0336
 
Point of Contact
Tara Gorrell 757-443-1977
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6 using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICIATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). This solicitation is issued as an RFQ (Request For Quote), and the solicitation number is N00189-10-T-0336. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42 and DFARS Change Notice 20100625. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed on full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS Code is 531120 and the Small Business Standard Size is $7M. This will be a total small business set-aside. The Fleet and Industrial Supply Center Norfolk requests responses from qualified, responsible sources capable of providing up to four (4) training rooms to conduct Navy ERP training. Rooms must meet the specifications in the attached Performance Work Statement (PWS) All clauses shall be incorporated by reference in the order. Quoters must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.203-3 Gratuities (Apr 1984)52.209-5 Certification Regarding Responsibility Matters (Apr 2010)52.212-1 Instructions to Offerors-Commercial Items (Jun 2008)52.212-3 Offeror Representations and Certifications -- Commercial Items ALT I (Aug 2009)52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009); 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders -Commercial Items (Jun 2010), the following clauses apply and are incorporated by reference: 52.203-6 Alt I - Restrictions on Subcontractor Sales to the Government (Sep 2006) ALT I (Oct 1995)52.219-6 Notice of Total Small Business Set-Aside (June 2003)52.219-8 Utilization of Small Business Concerns (May 2004)52.219-14 Limitations on Subcontracting (Dec 1996)52.219-28 Post Award Small Business Program Representation (Apr 2009)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)52.222-26 Equal Opportunity (Mar 2007)52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)52.222-36 Affirmative Action for Workers with Disabilities (Jun 2008)52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)52.232-36 Payment by Third Party (Feb 2010)52.215-5 Facsimile Proposals (Oct 1997)52.233-2 Service of Protest (Sep 2006)52.247-34 F.O.B. Destination (Nov 1991)52.252-2 Clauses Incorporated by Reference (Feb 1998) The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.201-7000 Contracting Officer's Representative252.203-7000 Requirements Relating to Compensation of Former DoD Officials252.204-7003 Control of Government Personnel Work Product252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country252.212-7000 Offeror Representations and Certifications--Commercial Items252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2010), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (Jan 2009) 252.225-7012 Preference for Certain Domestic Commodities252.243-7002 Requests for Equitable Adjustment.252.247-7023 Transportation of Supplies by Sea Alternate III (May 2002). 252.225-7000 Buy American Act--Balance of Payments Program Certificate (Dec 2009)252.232-7010 Levies on Contract Payments (Dec 2006), The following clauses are incorporated by full text: 5252.204-9400- Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems (May 2010), Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implement Federal security standards for Federal employees and contractors. The Deputy Secretary of Defense Directive-Type Memorandum (DTM) 08-006 - "DOD Implementation of Homeland Security Presidential Directive - 12 (HSPD-12)" dated November 26, 2008 (or its subsequent DOD instruction) directs implementation of HSPD-12. This clause is in accordance with HSPD-12 and its implementing directives. This clause applies to contractor employees requiring physical access to any area of a federally controlled base, facility or activity and/or requiring access to a DOD computer/network, to perform certain unclassified both non-sensitive and sensitive duties. It is the responsibility of the command/facility where the work is performed to ensure compliance. The requirement to control access to sensitive information applies to all US government IT systems and/or areas where unclassified but sensitive information may be discussed, displayed or maintained. DON policy prescribes that all unclassified data that has not been approved for public release and is stored on mobile computing devises must be treated as sensitive data and encrypted using commercially available encryption technology. Whenever granted access to sensitive information, contractor employees shall follow applicable DOD/DON instructions, regulations, policies and procedures when reviewing, processing, producing, protecting, destroying and/or storing that information. Operational Security (OPSEC) procedures and practices must be implemented by both the contractor and contract employee to protect the product, information, services, operations and missions related to the contract. The contractor shall designate an employee to serve as the Contractor's Security Representative. Within three work days after contract award, the contractor shall provide to the Navy Command's Security Manager and the Contracting Officer, in writing, the name, title, address and phone number for the Contractor's Security Representative. The Contractor's Security Representative shall be the primary point of contact on any security matter. The Contractor's Security Representative shall not be replaced or removed without prior notice to the Contracting Officer. Non-Sensitive Positions: Contractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawn maintenance, vendor services, etc...) and who require physical access to publicly accessible areas to perform those duties shall meet the following minimum requirements: Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in the US (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DOD instruction) and Must have a favorably completed National Agency Check with Written Inquiries (NACI) including a Federal Bureau of Investigation (FBI) fingerprint check prior to installation access. To be considered for a favorable trustworthiness determination, the Contractor's Security Representative must submit for all employees each of the following: SF-85 Questionnaire for Non-Sensitive Positions,Two FD-258 Applicant Fingerprint Cards, Original Signed Release Statements. The contractor shall ensure each individual employee has a current favorably completed NACI. The Contractor's Security Representative shall be responsible for initiating reinvestigations as required. Failure to provide the required documentation at least 30 days prior to the individual's start date shall result in delaying the individual's start date. Sensitive Positions: Contractor employee whose duties require accessing a DOD unclassified computer/network, working with sensitive unclassified information (either at a Government or contractor facility), or physical access to a DOD facility must be a US citizen and possess a favorable trustworthiness determination prior to installation access. To obtain a favorable trustworthiness determination, each contractor employee must have a favorably completed National Agency Check with Local Credit Checks (NACLC) which consists of a NACI including a FBI fingerprint check plus credit and law enforcement checks. Each contractor employee applying for a trustworthiness determination is required to complete: SF-85P Questionnaire for Public Trust Positions, Two FD-258 Applicant Fingerprint Cards,Original Signed Release Statements. Failure to provide the required documentation at least 30 days prior to the individual's start date shall result in delaying the individual's start date. To maintain continuing authorization for an employee to access a DOD unclassified computer/network, and/or have access to sensitive unclassified information, the contractor shall ensure that the individual employee has a current requisite background investigation. The Contractor's Security Representative shall be responsible for initiating reinvestigations as required and ensuring that background investigations remain current (not older than 10 years) throughout the contract performance period. IT Systems Access: When access to IT systems is required for performance of the contractor employee's duties, such employees shall in-process with the Navy Command's Security Manager and Information Assurance Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual's performance under the contract. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The SAAR-N shall be forwarded to the Navy Command's Security Manager at least 30 days prior to the individual's start date. Failure to provide the required documentation at least 30 days prior to the individual's start date shall result in delaying the individual's start date. When required to maintain access to required IT systems or networks, the contractor shall ensure that all employees requiring access complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. The Contractor's Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required. Security Approval Process: The Contractor's Security Representative shall ensure that each individual employee pending assignment shall accurately complete the required forms for submission to the Navy Command's Security Manager. The Contractor's Security Representative shall screen the investigative questionnaires for completeness and accuracy and for potential suitability/security issues prior to submitting the request to the Navy Command's Security Manager. Forms and fingerprint cards may be obtained from the Navy Command's Security Manager. These required items, shall be forwarded to the Navy Command's Security Manager for processing at least 30 days prior to the individual employee's anticipated date for reporting for duty. The Navy Command's Security Manager will review the submitted documentation for completeness prior to submitting it to the Office of Personnel Management (OPM). Suitability/security issues identified by the Navy Command's Security Manager may render the contract employee ineligible for the assignment. A favorable review of the questionnaire and advance fingerprint results are required as an interim measure prior to the contract employee start date. An unfavorable determination made by the Navy Command's Security Manager is final and such a determination does not relieve the contractor from meeting any contractual obligation under the contract. If contractor employees already possess a current favorably adjudicated investigation, the Navy Command's Security Manager will use the Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS). The contractor shall include the IT Position Category per SECNAV M-5510.30 for each employee designated on a VAR. The VAR requires annual renewal for the duration of the employee's performance under the contract. The Navy Command's Security Manager will forward the required forms to OPM for processing. Once the investigation is complete, the results will be forwarded by OPM to the DON Central Adjudication Facility (CAF) for a position of trust determination. When a favorable determination is not made, contractor employees shall not be permitted to work on this contract effort and if already working on the contract shall be removed immediately. The potential consequences of any requirements under this clause including denial of access for a proposed contractor employee who fails to obtain a favorable trustworthiness determination in no way relieves the contractor from the requirement to execute performance under the contract within the timeframes specified in the contract. Contractors shall plan ahead in processing their employees and subcontractor employees for working in non-sensitive positions, with sensitive information, and/or on Government IT systems. The contractor shall insert this clause in all subcontracts when the subcontractor is permitted to have physical access to a federally controlled facility and/or access to a federally-controlled information system/network and/or access to government information 5252.NS-0002T- Contract Administration Appointments and Duties - In order to expedite administration of this contract/order, the following delineation of duties is provided including the names, addresses and phone numbers for each individual or office as specified. The individual/position designated as having responsibility should be contacted for any questions, clarifications or information regarding the functions assigned.1. PROCURING CONTRACTING OFFICER (PCO) is responsible for: a. All pre-award information, questions, or data; b. Freedom of Information inquiries; c. Change/question/information regarding the scope, terms or conditions of the basic contract document; and/or d. Arranging the post award conference (See FAR 42.503). Name: Carissa Holland Address: 1968 Gilbert St. Norfolk, VA 23511 Phone: 757-443-1338 2. CONTRACT ADMINISTRATION OFFICE (CAO) is responsible for matters specified in FAR 42.302 and DFARS 242.302 except in those areas otherwise designated herein. Name: Tara Gorrell Address: 1968 Gilbert St. Norfolk, VA 23511 Phone: 757-443-1977 3. DEFENSE CONTRACT AUDIT AGENCY (DCAA) is responsible for audit verification/provisional approval of invoices and final audit of the contract prior to final payment to the contractor. Name: -------------N/A----------------------- 4. PAYING OFFICE is responsible for payment of proper invoices after acceptance is documented. Name: ------------TBD------------------------- 5. CONTRACTING OFFICERS REPRESENTATIVE (COR) is responsible for: a. Liaison with personnel at the Government installation and the contractor personnel on site; b. Technical advice/recommendations/clarification on the statement of work; c. The statement of work for delivery/task orders placed under this contract. d. An independent government estimate of the effort described in the definitized statement of work; e. Quality assurance of services performed and acceptance of the services or deliverables; f. Government furnished property; g. Security requirements on Government installation; h. Providing the PCO or his designated Ordering Officer with appropriate funds for issuance of the Delivery/Task order; and/or i. Certification of invoice for payment.NOTE: When, in the opinion of the Contractor, the COR requests effort outside the existing scope of the contract (or delivery/task order), the Contractor shall promptly notify the Contracting Officer (or Ordering Officer) in writing. No action shall be taken by the contractor under such direction until the Contracting Officer has issued a modification to the contract or, in the case of a delivery/task order, until the Ordering Officer has issued a modification of the delivery/task order; or until the issue has otherwise been resolved. THE COR IS NOT AN ADMINISTRATIVE CONTRACTING OFFICER AND DOES NOT HAVE THE AUTHORITY TO DIRECT THE ACCOMPLISHMENT OF EFFORT WHICH IS BEYOND THE SCOPE OF THE STATEMENT OF WORK IN THE CONTRACT OR DELIVERY/TASK ORDER. COR Name: Larry Price Address: 1968 Gilbert St STE 600 Norfolk, VA 23511 Phone: 757-443-1770 In the event that the COR named above is absent due to leave, illness, or official business, all responsibilities and functions assigned to the COR will be the responsibility of the alternate COR listed below: ACOR Name: -----N/A-------------------------------- 5252.NS-046P Prospective Contractor Responsibility (Aug 2001) FISC Norfolk - In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of the contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor (s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. All quotes shall include: (1) price for the CLIN listed in the attached schedule; (2) written information on the location and description of the facilities you will provide to meet the requirements set forth in this combined synopsis/solicitation; (3) a point of contact name/phone number/email, business size, and payment terms; and (4)remittance address, tax ID #, Duns #, and Cage Code. This is a firm fixed price order and award will be made utilizing the Simplified Acquisition Procedures under FAR Part 13. The Government intends to make a single award to the responsive, responsible, lowest price vendor. Quoters are reminded to include a completed copy of FAR 52.212-3 ALT I with submittal. Each response must clearly indicate the capability of the quoter to meet all requirements. Responses to this solicitation are due by August 05, 2010 at 11:00 AM. Offers can be emailed to tara.gorrell@navy.mil or faxed to (757) 443-1424 Attention: Tara Gorrell, Reference RFQ: N00189-10-T-0336. For information regarding this solicitation, please contact the POC listed above, Tara Gorrell, at (757) 443-1977.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910T0336/listing.html)
 
Record
SN02222573-W 20100731/100729235755-4898e9a109d8b22640a3ea94f5c3a727 (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.