Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2011 FBO #3668
SOLICITATION NOTICE

99 -- Capstone/Pinnacle - Statement of Work

Notice Date
12/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting 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
SP4705-12-T-0005
 
Point of Contact
James A. Spell Jr, , Beverly J Williams, Phone: 703-767-1192
 
E-Mail Address
james.spell@dla.mil, Beverly.J.Williams@dla.mil
(james.spell@dla.mil, Beverly.J.Williams@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Please review the attached statement of work and provide a quote. 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; proposals are being requested and a written solicitation will not be issued. The Solicitation number is SP4705-12-T-0005 and is issued as a Request for Quotation (RFQ). This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-48. This is a 100% small business set-aside procurement. The NAICS Code is 541618 (Other Computer Related Services) and the Size Standard is $7,000,000.00. NOTE: Offerors will be required to have this NAICS Code listed in their ORCA Certification. The award will be in accordance with FAR 6.1. The solicitation will result in a firm-fixed price contract from January 1, 2012 through December 31, 2012. Please submit all questions in writing to the Point of Contact by 2:00 pm eastern standard time (est) December 16, 2012. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The National Defense University requires to develop and conduct a course of instruction for general and flag officers from all Services to reinforce the officer's comprehension of joint matters and national security strategy. The course's are designed to focus on the highest levels of strategy, integrating the elements of national power to achieve national security objectives. See attached statement of work in the solicitation. The intention is to award multiple Firm Fixed Price Contracts off of this solicitation. The period of performance for this effort is January 1, 2012 through December 31, 2012. The contractor will be evaluated based on the technical requirements listed below: TECHNICAL REOUIREMENTS Capstone - Retired from active duty as a four-star general or flag officer. - Has held one or more of the following positions in the U. S. Armed Forces: • Chairman of the Joint Chiefs of Staff • Vice-Chairman of the Joint Chiefs of Staff • Commander-in-Chief of a Unified/Specified/Combined Command • Service Chief/Commandant or Vice Service Chief/Commandant • Chief of Staff, Supreme Headquarters Allied Powers Europe • Senior U. S. Military Representative to NATO • Service Component Commander for Unified/Combined Command • Key four-star position within a service Keystone • Retired from active duty as a E9 • Must have held Combatant Command Senior Enlisted Leader, Service Senior Enlisted Advisor or Senior Enlisted Advisor to the Chairman, Joint Chiefs of Staff position. 1. Delivery: Contractor to provide senior leadership and guidance to the newly selected general and flag officers during their attendance at the Pinnacle or CAPSTONE General and Flag Officer Course. POP: 01/01/2012 - 12/31/2012. 2. Government Furnished Property: None 3. Period of Performance: 01/01/2012 - 012/31/2012. 4. Place of Performance: 260 5th Ave, Bldg 64, Suite 3500 (Fort McNair, Washington DC) 20319 5. Price. Offerors shall reply with their firm fixed prices here: CLIN 0001: Capstone General and Flag Officer Course CLIN 0002: Travel in accordance with the Joint Travel Regulation 6. Primary POC: James A. Spell Jr. (703) 767-1252, james.spell@dla.mil EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (2) Price: For offers which meet all technical evaluation factors, award will be made to the low offeror based on price. (3) Delivery: Offerors must meet the required Period of Performance: (4) Responsibility: Offerors must meet the standard for FAR 9.104. EVALUATION APPROACH: Lowest price, technically acceptable. The Government reserves the right to award a contract on the basis of evaluation of the original submission without discussions or call for Final Proposal Revisions. The contract will be awarded as a firm fixed-price contract using simplified acquisition procedures. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Proposals must fully address all Technical Capabilities. Quotations must contain the contractor's Tax Information Number, Cage Code, and DUNS Number. Quotations must be received no later than December 21, 2011, 8:00 A.M. Local Virginia time. Quotations received after the date and time specified will not be considered. Quotations may be submitted as an attachment to an e-mail addressed to: james.spell@dla.mil. The following FAR clauses apply to this solicitation, and are incorporated by reference: FAR 52.212-1, Instructions to Offeror-Commercial Items (Jun 2008). FAR 52.212.2, Evaluation-Commercial Items (Jan 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alt 1 included. An Offeror shall complete only paragraph (j) of this provision if the Offeror has completed the annual representation and certifications electronically at http://orca.bpn.gov. If an Offeror has not completed the annual representations and certifications electronically at the ORCA website, the Offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Apr 2010). The following clauses listed in 52.212-5 are incorporated: FAR 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52-222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-50, 52.225-13, 52.232.33. Offerors may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/ The postal mailing address is: DCSO-H, Attention: James A. Spell Jr., 8725 John J. Kingman Road, Fort Belvoir, VA 22060, phone number 703-767-1252. Offers may also be faxed to (703) 767-1130 or emailed to james.spell@dla.mil. Offerors may contact James A. Spell Jr. at (703) 767-1252 or James.Spell@dla.mil for information regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-12-T-0005/listing.html)
 
Record
SN02635834-W 20111210/111208234221-57f18fa761e6dd436c975b1700970142 (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.