Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
SOLICITATION NOTICE

R -- Logistic Support Services Haiti.

Notice Date
12/6/2011
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883612T0081
 
Response Due
12/30/2012
 
Archive Date
1/14/2013
 
Point of Contact
Alise Taylor Sindab 904-542-1265 LCDR Scott Lewis, 904-542-4834 or scott.j.lewis@navy.mil
 
E-Mail Address
a
 
Small Business Set-Aside
N/A
 
Description
Issue Date for this Request for Quotes (RFQ) will be on or about 15 February 2012 through 6 MAR 2012. The closing date for receipt of offers/proposal is 30 December 2011, at 11:00am EST (Eastern Standard Time). This is an overseas requirement and exempt from the requirement under Small Business Administration. It is not a set-aside or otherwise. The period of performance will not be advertised herein due to security operational requirements of the United States Civilian and/or Military Expeditionary Forces. A copy of the RFQ will only be provided to those approved/authorized Expeditionary Service Contractor ™s (ESC ™s) as determined by the Contracting Officer and must be registered in the Central Contractor Registration (CCR) at time of request for the package and at the time of contract award in accordance with Federal Acquisition Regulation (FAR) 4.11. Interested offerors must submit a request in writing to obtain a copy of the RFQ. Offerors that do not have Cage Code, Dunn and Bradstreet number, completed their online representations and certifications will be required to submit their request in writing and provide a Cage Code, Dunn and Bradstreet Number, Taxpayer ID, and copy of online Representations and Certifications. The Contracting Officer will validate this information along with checking the Excluded Parties Listing system for Suspended/Debarred and/or purposed for suspension and/or debarment before a copy of the RFQ is provided. This requirement is providing logistics and life support to expeditionary naval forces operating in Haiti. The ESC shall provide logistics and life support to expeditionary naval forces operating in Haiti. This ashore presence is part of a larger U.S. Southern Command (SOUTHCOM) directed mission: Approximately 25 Navy Seabee and 10 Partner Nation personnel will require port-a-potties, diesel for equipment, and transportation of personnel and equipment between the Port-of-Call and project sites at the beginning, during and at the end of the mission. Approximately 10 Marine Corps, 30 Partner Nation, and 2 Translator personnel will require port-a-potties, and transportation of personnel and equipment (to include ammunition) between port of call and training site at the beginning, during, and at the end of the mission. 2 Translators vetted by US Embassy with requisite Creole and English language skills required for daily translator support to conduct training. Approximately 2 NCIS STAAT instructors and 25 Partner Nation personnel will require transportation of personnel and equipment between the Port-of-Call and training sites each day. See attached spreadsheets to determine specific requirements for each site locations and quantities. The Expeditionary Services Contractor (ESC) shall provide a designated English speaking representative(s) that is assigned to support this phase of Swift 2012. The ESC shall obtain any necessary insurance, licenses and permits, and comply with any applicable laws, codes, and regulations, in connection with the performance of the work at no additional cost to the U.S. government. The ESC shall ensure that proper safety and health precautions are taken to protect personnel, the general public, and property of others, during the performance of this contract. The ESC shall ensure that any and all subcontractors comply with these requirements. The approved list of materials and support requirements will be specified in the RFP. NOTE: Closing date reference in this NECO advertisement is the closing date for the receipt of the Quotes/Offers. No verbal or phone conversation will be accepted. All questions to be submitted to both of the following people: Alise Taylor Sindab, Contracting Officer at alise.sindab@navy.mil; and LCDR Scott Lewis at scott.j.lewis@navy.mil. Basis of Award: Lowest Price Technically Acceptable (LPTA) offeror. Non-Cost factor is Past Performance and cost factor is the total evaluated price for the services to be provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e1a518e422b17d97df52a37b00cb5a54)
 
Record
SN02634290-W 20111208/111206234428-e1a518e422b17d97df52a37b00cb5a54 (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.