Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2013 FBO #4275
SOLICITATION NOTICE

U -- SITEX EXERCISES - SOW FOR SITEX

Notice Date
8/6/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611512 — Flight Training
 
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
H92240-13-T-DR25
 
Archive Date
8/14/2013
 
Point of Contact
DEBORA T. ROSEBORO, Phone: 757-763-2449
 
E-Mail Address
debora.roseboro@navsoc.socom.mil
(debora.roseboro@navsoc.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FILL-IN CLAUSES SOW FOR SITEX EXERCISES This is a combined synopsis solicitation for commercial items prepared in accordance with the format in subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation H92240-13-T-DR25 is issued as a request for quotation (RFQ) and this is notice that Naval Special Warfare Command, Contracting Office, Joint Expeditionary Base (NSWC-JEB) Little Creek/Ft Story, Virginia Beach, VA 23459 intends to award a firm fixed price contract. The associated NAICS code is 611512 the Small Business Size Standard is $25.5M. This solicitation is set-aside for small business concerns. Contract Line Item 0001 Squadron Integration Training Exercise (SITEX) at Muscatatuck Urban Training Center (MUTC) in accordance with attached statement of work. POP: 13-21 Sep 2013 + 1 option period (Dates to be determined in FY 2014) Quotes must include cost breakdown of labor, travel, other direct costs (ODCs) (itemized) FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 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). Award will be based on best value to the Government, consistent with the solicitation. Provide two (2) examples of orders where same/similar work has been performed, or is being performed by your company within the past three (3) years. Offerors to include a complete copy of the provision at 52.212-3, Offer Representation and Certification-Commercial Items with its offer which can be found at http://www.sam.gov. Only written questions regarding this announcement will be accepted. All questions pertaining to this solicitation must be submitted by 12 noon on Aug. 8, 2013 to allow time for responses to be returned. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68. Note that you must be registered in the Central Contractor Registration system to be considered for an award. Registration is free and can be completed online. Above registrations can be completed through the System for Award Management (SAMS) @ www.sam.gov The System for Award Management (SAM) is a free web site that consolidates the capabilities you used to find in CCR/FedReg, ORCA, and EPLS. Representations and Certifications shall be completed via the ORCA website https://orca.bpn.gov The following provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions (Jan 2012) FAR 52.203-3 - Gratuities (Apr 1984) 52.203-6 ALT 1 Restrictions on Subs (Sep 2006) FAR 52.203-10 - Price or Fee Adjustment for Illegal or Improper Activity (Jan 1997) FAR 52.203-11 - Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) FAR 52.203-12 - Limitation on Payments to Influence Certain Federal Transactions (Oct 2010) FAR 52.204-4 - Printed or Copied Double-sided on Recycled Paper (May 2011) FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) FAR 52.209-5 - Certification Regarding Responsibility Matters (Apr 2010) 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 52.204-2 - Security Requirements (Aug 1996) FAR 52.204-7 - Central Contractor Registration (Feb 2012) FAR 52.204-99 - System for Award Management Registration (DEV) Aug 2012 FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items applies to this acquisition (Feb 2012) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Deviation) (Feb 2012) FAR 52.219-27 - Notice of Service-Disabled Veteran-Owned Small Business (Nov 2011) FAR 52.219-14 - Limitations on Subcontracting (Nov 2011) FAR 52.222-3 - Convict Labor (June 2003) FAR 52.222-19 - Child Labor, Cooperation with Authorities and Remedies (Jul 2010) FAR 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 - Equal Opportunity (Feb 1999) FAR 52.222-36 - Affirmative Action for Workers with Disabilities (Oct 2010) FAR 52.222-40 - Notification of Employee Rights (Dec 2010) FAR 52.222-50 - Combating Trafficking in Persons (Feb 2009) FAR 52.222-35 - Equal Opportunity for Special Disabled Veterans (Sep 2010) FAR 52.222-37 - Employment Reports (Sep 2010) FAR 52.222-40 - Notification of Employee Rights (Dec 2010) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Mgs (Aug 2011) FAR 52.225-13 -- Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.233-3 -- Protest After Award (Aug 1996) FAR 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.243-1 -- Changes -- Fixed-Price (Aug 1987) FAR 52.246-4 - Inspection of Services -Fixed Price (Aug 1996) FAR 52.247-34 - F O B Destination (Nov 1991) FAR 52.252-2 - Clauses Incorporated By Reference (Feb 1998) FAR 52.252-6 -- Authorized Deviations in Clauses (Apr 1984) DFARS 252.203-7000 - Requirements Relating to Compensation (Sep 2011) DFARS 252.203-7002 - Requirements to Inform Employees (Jan 2009) DFARS 252.204-7003 Control of Government Personnel Work Product (Dec 2011) DFARS 252.204-7004 Al t A - Central Contractor Registration (Sep 2007) DFARS 252.204-7008 - Export-Controlled Items (Apr 2010) DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2011) DFARS 252.225-7001-Buy American Act and Balance of Payments Program (Oct 2011) DFARS 252.225-7012 Preference for certain domestic commodities (Jun 2010) DFARS 252.243-7002 Requests for equitable adjustment (Mar 1998) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) DFARS 252.232-7010 -- Levies on Contract Payments and (Dec 2006) DFARS 252.243-7001-- Pricing of Contract Modifications (Dec 1991) 5652.204-9003 Disclosure of Unclassified Information (2007) a. On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. b. Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. c. The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. d. The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. 5652.233-9000 Independent Review of Agency Protests (2011) Section I (Revised August 2011) As prescribed in 5633.106, insert the following clause, All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision shall be made through the Contracting Officer to the HCD/FCO. If the HCD/FCO is the Contracting Officer, submit the request in accordance with FAR 33.103(d)(4) to: Chief, SORDAC-KA, 7701 Tampa Point Blvd., MacDill AFB, FL 33621, Fax (813) 826-7504. 5652.237-9000 Contractor Personnel Changes (1998) Section I As prescribed in 5637.110(a), insert the following clause, (a) The contractor shall have the right to remove his personnel assigned to perform the tasks hereunder and to substitute other qualified personnel provided that the Contracting Officer is notified of such removal and replacement. The contractor shall notify the Contracting Officer prior to such change, giving the new employee's name, security clearance and technical qualifications. (b) Any removals or replacements for the convenience of the contractor shall be at no additional cost to the Government. Cost to be borne by the contractor include but are not limited to time of travel, travel and training costs for replacement personnel. (c) Removals or replacements of contractor personnel shall be considered for the convenience of the contractor except when such removal is for: (1) employees removed as a result of cancellation or completion of the contract, (2) employees replaced due to death or incapacitating illness or injury, (3) or employees removed or replaced at the Government's request. (d) If any employee removes him/herself from the employ of the contractor, such removal will be at no additional cost to the Government. Complete and return the attached "full text" clauses listed below with quotes: 252.209-7998 REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-O0007) (MAR 2012) 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) Quotations are due 13 August 2013 by 10 a.m. Email: debora.roseboro@navsoc.socom.mil or fax 757-462-2434.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92240-13-T-DR25/listing.html)
 
Place of Performance
Address: see schedule, Butlerville, Indiana, United States
 
Record
SN03139494-W 20130808/130807000431-459f5a6cec89352e2568c1a75af19034 (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.