SOLICITATION NOTICE
D -- Senior Telecom Advisor - Solicitation
- Notice Date
- 8/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- 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-0020
- Archive Date
- 9/21/2012
- Point of Contact
- Ronald E. Fairley, Phone: 7037671175
- E-Mail Address
-
ronald.fairley@dla.mil
(ronald.fairley@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Senior Telecom Advisor who will support Information Communications Technology (ICT) economic sector and assist the Afghan government to accelerate the benefits of ICT as an essential service enabler by improving harmonization, coordination and synchronization of ICT policy, services and infrastructure initiatives across economic sectors. Notice Information Solicitation: SP4705-12-T-0020 Agency/Office: DLA Acquisition Locations Location: National Defense University Title: Senior Telcom Advisor (STA) Description(s): Added: August 30, 2012 at 4:00pm DLA Contracting Services Office is soliciting on behalf of the National Defense University, Fort Lesely J. McNair Center for Technology and National Security Policy (CTNSP) a Senior Telcom Advisor (STA). See the attached Statement of Work for additional information. 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. Solicitation number SP4705-12-T-0020 is issued as a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This solicitation is 100% small business set-aside. The North American Industry Classification System (NAICS) code is 541712. The business size standard is 500 employees. The Government contemplates award of a Firm-Fixed Price Contract with a twelve month period for all CLINs. All interested parties shall use the attached to quote on CLINs 0001 "Senior Telecom Advisor" and 0002 "Travel". Offeror must be registered in System for Award Management (SAM) prior to award. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items: The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations 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 (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.219-6 Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-2 Buy American Act - Supplies 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.246-2 Inspection of Supplies-Fixed Price 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests. Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; Service Contract Act of 1965; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.222-50, Combating Trafficking in Persons. The following additional provisions and clauses also apply to this acquisition. FAR 52.223-5, Pollution Prevention and Right to Know Information; 52.233-3 Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.252-1, Solicitation Provisions incorporated by reference; 52.252-2, Clauses incorporated by reference; 52.252-5, Authorized Deviation and Provisions; 52.252-6, Authorized Deviation in Clauses; 52.253-1, Computer Generated Forms. The following DFARS clauses also apply to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control Of Government Personnel Work Product; 252.225-7002, Qualifying Country Sources As Subcontractors; 252.232-7010, Levies on Contract Payments (DEC 2006); 252.243-7001, Pricing of Contract Modifications (DEC 1991); 252.212-7001, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. In addition, the following DFARS clauses cited in 252.212-7001 are applicable: 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207); 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227); 252.247-7023, Transportation of Supplies by Sea Alternate III. (End of Clause) Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. Award will be made to the most responsive offeror whose proposal is determined as technically acceptable lowest price. To be technically acceptable all proposals must clearly demonstrate its ability to meet the SIS capability as identified within the attached spreadsheet. Interested party must also demonstrate a clear understanding of the software and services required within the Performance Work Statement. Awardee will be required to invoice through wide area work flow (WAWF). The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil Offers are due by 6:30 p.m. EDT Thursday, 06 September 2012. Please fill out the attached form and send with your offer. Be sure to include your Cage Code, TIN, and price per CLIN. All proposals must include a technical proposal clearly addressing its technical capability to provide a Senior Telcom Advisor (STA). Review the PWS for additional information on services required. Proposals must be available for at least 60 days. Proposals package must include a complete copy of ORCA. Interested parties may identify their interest and capability to respond to this requirement or submit proposals. Interested parties must include a redacted copy of the technical proposal which excludes any reference to the company's name. Proposal should be submitted via mail at 8725 John J. Kingman Road, Suite 1145, Fort Belvoir, Virginia 22060, ATTN: Ronald E. Fairley. Electronic proposals will not be accepted. All questions shall be submitted no later than September 4, 2012 prior to 3:00 p.m. EDT via email at ronald.fairley@dla.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-12-T-0020/listing.html)
- Place of Performance
- Address: National Defense university, 300 5th Ave, Fort McNair, District of Columbia, 20319, United States
- Zip Code: 20319
- Zip Code: 20319
- Record
- SN02861888-W 20120901/120830235955-f7edfa9c965f03169483417f7e125d65 (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 |