Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

U -- TRAINING SUPPORT FOR Company Collective Exercise (CCE) - Package #1

Notice Date
9/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, MARSOC, Building H-1, Floor 1GS, Camp Lejeune, North Carolina, 28542, United States
 
ZIP Code
28542
 
Solicitation Number
H92257-10-Q-0027
 
Archive Date
9/22/2010
 
Point of Contact
MICHEL J. LEANDRE JR., Phone: 910-440-0775, Gabriel R Shipley, Phone: 910-440-0776
 
E-Mail Address
michel.leandre@usmc.mil, gabriel.shipley@usmc.mil
(michel.leandre@usmc.mil, gabriel.shipley@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work (Intel Training for Company Collective Exercise (CCE) This is a combined synopsis/solicitation for commercial service 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. The solicitation number is H9225710Q0027; this solicitation is a request for quotation. 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 10 Aug 2010. The proposed acquisition is restricted to total small businesses. NAICS Code - 611699 (Other NAICS will be accepted on a case by case basis). Size standard - $7.0million. The Federal Supply Class (FSC) is U099. The Standard Industrial Classification (SIC) is 8299. A Firm Fixed Price (FFP) type purchase order is anticipated. 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 Government reserves the right to not make an award at all. CLIN 0001 - TRAINING SUPPORT FOR Company Collective Exercise (CCE). The Contractor shall train selected personnel from 1st Marine Special Operations Battalion (MSOB) in Engagements, Intelligence Analysis, Signal Intelligence and Integrated Targeting during their Company Collective Exercise (CCE). (see attached Statement of Work) The training location is Camp Pendleton/Fort Irwin, CA. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE 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. 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. 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. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in this solicitation and regulations. The provisions and clauses can be found at FAR website: http://www.farsite.hill.af.mil. CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (APR 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUN2009) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.253-1 Computer Generated Forms DFARS 252.204-7000 Disclosure of Information (DEC 1991) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (JUN 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9003 Disclosure of Unclassified Information (NOV 2007) SOFARS 5652.204-9002 Instruction for the Use of Electronic Contracts (NOV 2007) SOFARS 5652.252-9000 Notice of Incorporation of Section K (FEB 2007) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. 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, Lowest Price Technically Acceptable (LPTA). The following factors shall be used to evaluate offers: 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. (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. 52.232-18 AVAILABILITY OF FUNDS (APR 1987) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. All responsible sources shall submit quote packages, including technical capability (brand equivalency if applicable), and completed NO LATER THAN 21 SEPTEMBER 2010, 12:00PM, Eastern Standard Time (EST) LATE SUBMISSIONS WILL NOT BE CONSIDERED. 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 GySgt Leandre, M. J. (910) 440-0775. All questions regarding this synopsis/solicitation shall be sent in writing to michel.leandre@usmc.mil. Quotes shall be submitted via e-mailed to michel.leandre@usmc.mil ; faxed to (910) 440-1130, Attn: GySgt Leandre, M. J. 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/ODA/USSOCOM/MARSOC/H92257-10-Q-0027/listing.html)
 
Place of Performance
Address: Camp Pendleton/Fort Irwin, CA., Fort Irwin, California, United States
 
Record
SN02283144-W 20100917/100916000219-d3c53331c158e3bbab7c59fc1f23d2ec (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.