Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

G -- ROMAN CATHOLIC PRIEST SERVICES

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412T0359
 
Response Due
9/7/2012
 
Archive Date
10/7/2012
 
Point of Contact
Jennifer Escalante 619-556-7738
 
E-Mail Address
Contract Specialist: Jennifer Escalante
(jennifer.escalante@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-12-T-0359. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120829. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 811310 and the Small Business Standard is $7M employees. This action is 100% set aside for small business. The NAVSUP Fleet Logistics Center San Diego, Regional Contracts Department requests responses from qualified sources capable of providing: CLIN 0001 Roman Catholic Priest Period of Performance 1 Oct 2012 thru 30 Sept 2013 See attached statement of work PLACE OF PERFORMANCE: NSA Monterey Chapel, Monterey, California The government intends to make a single award, firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the following: The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including the following clauses applicable to paragraph (b) and (c): 52.204-10 “ Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6 -- Notice of Total Small Business Set-Aside; 52.219-28 “ Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18 -- Contractor Policy to Ban Text Messaging While Driving. 52.232-33, Payment by Electronic Funds Transfer; 52.204-7 Central Contractor Registration; 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation; 52.245-1 ALT I-- Government Property; 52.245-9 -- Use and Charges. Additional DFARS contract terms and conditions applicable to this procurement are: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023 Alt III, Transportation of Supplies by Sea. 252.232-7010 Levies on Contract Payments; 252.232-7006 Wide Area WorkFlow Payment Instructions; 252.243-7001 Pricing of Contract Modifications. N00244L332, UNIT PRICES Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. FAR 52.212-2, Evaluation: The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror (see FAR 15.304). Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. The following factors shall be used to evaluate offers: (i)Ability to meet the requirements (see attached requirements) (ii)Ability to perform per the statement of work (iii)Price The Government intends to make award on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for Factor (i) and Factor (ii), the two non-price factors. (The Government will not, however, provide additional credit for those proposals that may exceed the standards.) Offerors proposals will be evaluated under Factor (i) above, which represents minimum acceptable criteria. Under this factor, the Government will rate the organist as either acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the entire proposal unacceptable and the proposal may not be considered for award. Only those Offers which meet the minimum requirements required by Factor (i) will be further evaluated under Factors (ii). Under this factor, the Government will rate the vendor ™s ability to perform per the statement of work as either acceptable or unacceptable. Failure to receive a rating of acceptable for this factor will render the entire proposal unacceptable and the proposal may not be considered for award. For those proposals that are rated acceptable on Factor (i) and Factor (ii), the Government will then evaluate Factor (iii), Price. Ability to meet the requirements and ability to perform per the statement of work, when combined, are equal to price. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offerors best terms from both a price and technical standpoint. This announcement will close at 1 PM PST on 7 September 2012. Submit offers via email to Jennifer Escalante at jennifer.escalante@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR/SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Questions regarding this solicitation must be submitted in writing via email to the above Government point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024412T0359/listing.html)
 
Record
SN02865888-W 20120906/120904235539-bb570889472cf968357db1f9b62003a2 (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.