Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

L -- Technical Advisor Combating Transnational Organized Crime - SP4705-11-R-0029

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-11-R-0029
 
Archive Date
10/5/2011
 
Point of Contact
Ronald E. Fairley, Phone: 7037671175
 
E-Mail Address
ronald.fairley@dla.mil
(ronald.fairley@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation for Technical Advisor under SP4705-11-R-0029 This is a combined synopsis/solicitation 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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 combined synopsis/solicitation is SP4705-11-R-0029. The solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, DFARS Change Notice 20110202. This solicitation is unrestricted. The NAICS code assigned to this acquisition is 541990 and size standard is $7,000,000.00. Award will be made as a firm fixed price contract. The purpose of this to obtain a Technical Advisor on issues related to transnational organized crime. See the attached for additional information. Interested parties shall quote on the following CLINs as identified in the attached on Page 2: CLIN 0001: Technical Advisor, CLIN 0002: Travel and CLIN 0003 Publications. See the attached SF1449 for additional CLIN information about the requirement, and additional clauses. Period of performance shall be 30 September 2011 - 29 September 2012. The period of performance for this requirement is for 12 month period with the option to extend for an additional 12 months. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 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 Government will use the lowest price technically acceptable source selection process. Award will be made on four factors as identified within the attached document. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.203-3 Gratuities. FAR 52.203-6 Restrictions on Subcontractor Sales to the Government. FAR 52.204-7 Central Contractor Registration. FAR 52.222-3 Convict Labor. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-41 Service Contract Act of 1965, as amended (NOV 07). FAR 52.222-50 Combating Trafficking in Persons. 52.223-5 Pollution Prevention and Right-to-Know Information. (a) Executive Order 13148 of April 21, 2000, requires Federal facilities to comply with the provisions of the Emergency Planning and Community Right-to-Know Act of 1986 (EPCRA) (42 U.S.C. 11001-11050) and the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13109).(b) The Contractor shall provide all information needed by the Federal facility to comply with the emergency planning reporting requirements of Section 302 of EPCRA, the emergency notice requirements of Section 304 of EPCRA, the list of Material Data Safety Sheets required by Section 311 of EPCRA, the emergency and hazardous chemical inventory forms of section 312 of EPCRA, and the toxic chemical release inventory of Section 313 of EPCRA, which includes the reduction and recycling information required by Section 6607 of PPA. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by EFT - CCR. 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 Contracts. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil. FAR 52.252-6 Authorized Deviations in Clauses with the following fill-in: Department of Defense (48 CFR Chapter 2). FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.212-7001 (Dev) Contract Terms and Conditions. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFAS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. PAYMENT: Per FAR 52.232-33 "Payment by Electronic Funds Transfer-Central Contractor Registration." Per FAR 252.232-7003 ELECTRONIC SUBMISSION AND PROCESSING OF PAYMENT REQUESTS AND RECEIVING REPORTS. 52.219-14 Limitations on Subcontracting- (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. NO ELECTRONIC QUOTES will be accepted. PROPOSALS must be received NO LATER THAN 19 September 2011, 9:00 AM, EST. Hardcopies must be send via mail at DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 1145, Fort Belvoir, VA 22060. ATTN: Ronald E. Fairley. Proposals must be clearly marked: SP4705-11-R-0029. Redacted technical proposal must be clearly marked as copy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-11-R-0029/listing.html)
 
Place of Performance
Address: National Defense University, Washington DC, District of Columbia, 20319, United States
Zip Code: 20319
 
Record
SN02575576-W 20110916/110914235435-57c092e58245f1223489d58afa9080d9 (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.