Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2010 FBO #3206
SOLICITATION NOTICE

U -- Tactical Air Controller Training - DD254 - Statement of Work

Notice Date
9/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, United States Marine Corps, MARSOC CONTRACTING OFFICE, BLDG 1116, CAMP LEJEUNE, North Carolina, 28542
 
ZIP Code
28542
 
Solicitation Number
H9225710Q0026
 
Archive Date
9/23/2010
 
Point of Contact
shane d. oltman, Phone: 9104400774
 
E-Mail Address
shane.oltman@usmc.mil
(shane.oltman@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work DD254 This is a combined synopsis/solicitation for non-commercial services. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation #H9225710Q0026 is hereby issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43, Effective 02 August 2010 and Current DFARS DCN 20100820 Edition. The proposed acquisition is restricted to total small businesses. NAICS Code - 611430(Other NAICS will be accepted on a case by case basis). Size standard - $7.0million. Request that all offerors quote utilizing Open Market Pricing. Evaluation will be based on the overall best value for the Government based on the Lowest Price Technically Acceptable (LPTA). Evaluation factors are price, technical, and delivery. Offerors shall submit at least three (3) relevant past performance references with their quote. In order to be considered, the proposal must show a thorough understanding of the requirement along with a detailed plan of execution. The training location is Camp Pendleton, CA. The period of performance for this effort will be five consecutive days during the 15-day Marine Special Operations Company-A, Company Collective Exercise (CCE) from 25 October - 10 November, 2010. Further coordination on exact dates will occur during the pre-planning conferences. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. Contract financing will NOT be provided for this acquisition. The Government reserves the right to not make an award at all. This RFQ has one (1) line item. A Firm Fixed Price (FFP) type purchase order is anticipated. CLIN 0001 - 1 each, training for joint tactical air controllers (see attached Statement of Work) THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Include manufacturers name, model number, and specifications in your quote. Unless the quoter clearly indicates in its offer that the product or service being offered is an EQUAL product or service, the quoter shall provide the brand name product or service referenced in the solicitation. By submission of a quote, the quoter acknowledges the requirement that a prospective awardee shall be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this solicitation. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far and DFARS website: http://www.acq.osd.mil/dpap /dars/dfarspgi/current/index.html. APPLICABLE CLAUSES: FAR 52.202-1 Definitions FAR 52.203-2 Certificate of Independent Price Determination FAR 52.203-3 Gratuities FAR 52.203-5 Covenant Against Contingent Fees FAR 52.203-6 Restrictions on Subcontractor Sales to Government FAR 52.203-7 Anti-Kickback Procedures FAR 52.203-8 Cancellation, Recission or Recovery of Funds... FAR 52.203-10 Price/Fee Adjustment for Illegal Activity FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-7 Central Contractor Registration FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.209-5 Certification Regarding Responsibility Matters FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Debarred, Suspended..... FAR 52.217-8 Option to Extend Services FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-26 Equal Opportunity FAR 52.222-37 Employment Reports on Special Disabled Veterans FAR 52.222-38 Compliance with Veterans Employment Reporting Requirements FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan - Certification FAR 52.232-1 Payments FAR 52.232-17 Interest FAR 52.232-25 Prompt Payment FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration FAR 52.233-1 Disputes FAR 52.233-2 Service of Protest FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Claim FAR 52.242-13 Bankruptcy FAR 52.243-1 Changes Fixed-Price FAR 52.246-25 Limitation of Liability - Services FAR 52.249-2 Termination for Convenience of the Government FAR 52.249-8 Default (Fixed Price Supply and Service) FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference FAR 52.253-1 Computer-Generated Forms DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7000 Disclosure of Information DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7004 Subcontracting w/firms that are owned or controlled by the Gov't of a terrorist country DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.243-7002 Requests for Equitable Adjustment SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer SOFARS 5652.204-9003 Disclosure of Unclassified Information SOFARS 5652.204-9002 Instruction for the Use of Electronic Contracts SOFARS 5652.252-9000 Notice of Incorporation of Section K SOFARS 5652.201-9002 Authorized Changes All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. 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 Contracting Officer is SSgt Oltman, S.D. (910) 440-0774, RR400 Rifle Range Rd., Camp Lejeune, NC 28460. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Area Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. This combined synopsis/solicitation will not be available electronically on the Navy Electronic Commerce Online (NECO) World Wide Web site (www.neco.navy.mil). By submission of a quote, the quoter acknowledges the requirement that a prospective awardee shall be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this solicitation. All responsible sources shall submit quote packages, including technical capability (brand equivalency if applicable), and completed NO LATER THAN 8 SEPTEMBER 2010, 11:59 PM, EST. THE BURDEN OF PROOF IS ON THE CONTRACTOR TO VERIFY RECEIPT OF THE QUOTE BY THE CONTRACTING OFFICE. Point of contact for this acquisition is SSgt Oltman, S.D. (910) 440-0774. All questions regarding this synopsis/solicitation shall be sent in writing to shane.oltman@usmc.mil. Quotes shall be e-mailed to shane.oltman@usmc.mil; faxed to (910) 440-1130, Attn: SSgt Oltman, S.D. No special format or form is required for your quote; however, a completed copy of FAR 52.212-3 with Alt I, Representations and Certifications, shall be included if not registered in the Online Representations and Certifications Application (ORCA). A copy can be found at http://www.arnet.gov/far/. Contracting Office Address: MARSOC Attn: G4, Contracting PSC Box 20116 Camp Lejeune, NC 28542-0116
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/MARSOC/H9225710Q0026/listing.html)
 
Place of Performance
Address: Camp Pendleton, California, United States
 
Record
SN02266807-W 20100904/100903000649-1730127dcc72fb0e057f58ea17057fa2 (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.