Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2013 FBO #4130
SOLICITATION NOTICE

U -- PROGRAM MANAGER/ROLE PLAYERS - STATEMENT OF WORK

Notice Date
3/14/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92243-13-T-LH07
 
Point of Contact
Lou E Hemmings, Phone: 757-763-2442
 
E-Mail Address
lou.hemmings@navsoc.socom.mil
(lou.hemmings@navsoc.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK 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. The solicitation H92243-13-T-LH07 is issued as a request for quotation (RFQ) and this is notice that Naval Special Warfare Command, EAST, Contracting Office, Joint Expeditionary Base (JEB) Little Creek/Ft Story, Virginia Beach, VA 23459 intends to award a firm fixed price contract. The associated naics code is 611699 and the Small Business Size Standard is $10.M. This solicitation is set-aside small business/service disabled concerns. Contract Line Item 1001 - Operational Readiness Exercise Including Role Players in accordance with the attached statement of work (SOW). Period of performance 24 through 28 March 2013. Quotes must include cost breakdown of labor, travel, other direct costs (ODCs) (itemized). Contract Line item 2001 (Option) - Operational Readiness Exercise Including Role Players. FAR 52.212-2 - EVALUATION--COMMERCIAL ITEMS 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 following factors shall be used to evaluate offers: Technical capability, past performance and price. Price quotes should detail contractor's ability to meet the required training specifications as detailed in statement of work (SOW) dated February 2013. Award will be based on lowest price technically acceptable. Offerors to include a complete copy of the provision at 52.212-3, Representation and Certification-Commercial Items with its offer which can be found at https://farsite.hill.af.mil. Only written questions regarding this announcement will be accepted. All questions pertaining to this solicitation must be submitted by 9:00 a.m., Monday, Mar 18, 2013 to allow time for responses to be returned. (lou.hemmings@navsoc.socom.mil) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. Note that you must be registered in SAM to be considered for an award. Registration is free and can be completed online at https://SAM.gov. Representations and Certifications shall be completed via the SAM web site at https://SAM.gov. The System for Award Management (SAMS) is a free web site that consolidates the capabilities you used to find in CCR/FEDREG, ORCA, and EPLS. The following provisions and clauses apply to this acquisition: FAR 52.204-2 - Security Requirement (Aug 2010) FAR 52.204-7 - Central Contractor Registration (Dec 2012) FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) FAR 52.204-13 - CCR Maintenance (Dec 2012) FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or Proposed for Debarment (Dec 2010) FAR 52.212-1 - Acquisition of Commercial Items Provisions and Clauses (Feb 2012) FAR 52.212-2 - Evaluation--Commercial Items (Jan 1999) FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Apr 2012) FAR 52.217-8 - Option to Extend Services FAR 52.219-27 - Notice of Service-Disabled Veteran-Owned Small business (Nov 2011) FAR 52.222-36 - Affirmative Action for Workers w/ Disabilities FAR 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs (Dec 2012) FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation FAR 52.243-1 - Changes - Fixed Price FAR 52.247-34 - F.o.b. Destination, FAR 52.252-1 - Solicitation Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated By Reference FAR 52.252-6 - Authorized Deviations in Clauses DFARS 252.203-7002 - Requirements to Inform Employees DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 Alt A - Alternate A, Central Contractor Registration (Sep 2007) DFARS 252.204-7008 - Export-Controlled Items DFARS 252.232-7006 - Wide Area Workflow Payment Instructions DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.243-7001 - Pricing of Contract Modifications SOFARS 5652-204-9003 - Disclosure of Unclassified Information (2007) SOFARS 5652.233-9000 - Independent Review of Agency Protests Section I (Aug 2011) SOFARS 5652.237-9000 - Contractor Personnel Changes SEE ATTACHMENT FOR FULL TEXT CLAUSES Quotations are due by 20 March 2013, 0900 A.M.. Email to lou.hemmings@navsoc.socom.mil or fax to 757-242-2434.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92243-13-T-LH07/listing.html)
 
Place of Performance
Address: FORT PICKET, VA, United States
 
Record
SN03011599-W 20130316/130314234536-b55b1c455f314765005461274de06093 (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.