SOLICITATION NOTICE
R -- Quarter-time (approx. 10 hours weekly) Program Coordinator services for Domestic Operations Community Response
- Notice Date
- 9/15/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- 148 FW/MSC, 4685 Viper St., Duluth, MN 55811-6012
- ZIP Code
- 55811-6012
- Solicitation Number
- W912LM13T4050
- Response Due
- 9/24/2013
- Archive Date
- 11/14/2013
- Point of Contact
- Tana Johnson, 2187887241
- E-Mail Address
-
148 FW/MSC
(tana.johnson@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Please reference the Additional Documentation link to see the PWS 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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 624230 applies to this solicitation; business size standard is $7 million. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT. The contractor shall provide a part-time (approx. 10 hours weekly) Program Coordinator services for Domestic Operations Community Response. The contractor will provide experience and subject matter expertise in all matters concerning local community response operations. Service supports 148 FW Duluth Minnesota Readiness and Emergency Management office areas of concentration: Current Region 2 Homeland Security and Emergency Management, Health Care Coalition, Family Assistance Center Working Group, Arrowhead Regional Emergency Management Coalition.. Contractor is required to 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. All questions and quotes must be directed to SMSgt Tana Johnson via email at 148FW.MSC@ang.af.mil. Questions will not be answered if not submitted prior to 23 September. Please make quotes good for 30 days. Emailed quotes are preferred. Quotes must be received by no later than 1:00 PM CST, 24 September 2013. Late quotes may be rejected at the Contracting Officer's discretion. Electronic Documents: All electronic documents must NOT be quote mark secured quote mark, quote mark locked quote mark, or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and file size should be less than 10MB. The MN ANG is procuring this as a quote mark Best Value quote mark procurement in accordance with the following evaluation factors. Provision 52.212-2 Evaluation-Commercial Items is amended to read: quote mark Evaluation Factors and Sub Factors: -Price -Past Performance -Technical Capability All factors are of equal weight. Include past performance information: other military, commercial, and civilian companies for similar services along with start and end date of service and brief description of service provided. Include technical capabilities information: Provide three (3) points of contract from the above mentioned companies By providing these points of contact, offeror gives consents for this agency to verify the provided information. Clauses and Provisions: 52.222-41 SERVICE CONTRACT ACT OF 1965 NOV 2007, 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS JAN 2012, 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2012), 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011, 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012, 52.219-28 Post-Award Small Business Program Representation APR 2012, 52.222-3 Convict Labor JUN 2003, 52.222-21 Prohibition Of Segregated Facilities FEB 1999, 52.222-22 Previous Contracts And Compliance Reports FEB 1999, 52.222-26 Equal Opportunity MAR 2007, 52.222-53 Exception from Application of the Service Contract Act to Contracts for Certain Services-Requirements FEB 2009, 52.222-50 Combating Trafficking in Persons FEB 2009, 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts Jul 2012, 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011, 52.223-15 Energy Efficiency in Energy-Consuming Products DEC 2007, 52.232-18 Availability Of Funds APR 1984, 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003, 52.233-3 Protest After Award AUG 1996, 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004, 52.237-2 Protection of Government Buildings, Equipment and Vegetation APR 1984, 52.250-2 SAFETY Act Coverage Not Applicable FEB 2009, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009, 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007, 252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005, 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008, 252.232-7010 Levies on Contract Payments DEC 2006
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21-1/W912LM13T4050/listing.html)
- Place of Performance
- Address: 148 FW/MSC 4685 Viper St., Duluth MN
- Zip Code: 55811-6012
- Zip Code: 55811-6012
- Record
- SN03188736-W 20130917/130915233304-86e689b1278e614affa7028cf7185e7c (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 |