Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
MODIFICATION

73 -- Life Support Services for 197th Field Artillery Brigade in support of annual training (XCTC); Camp Grayling, MI

Notice Date
4/24/2014
 
Notice Type
Modification/Amendment
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
USPFO for New Hampshire, 1 Minutemen Way, Concord, NH 03301-5652
 
ZIP Code
03301-5652
 
Solicitation Number
W912TF14R0003
 
Response Due
4/28/2014
 
Archive Date
6/23/2014
 
Point of Contact
Jeff Walz, 16032271585
 
E-Mail Address
USPFO for New Hampshire
(jeffrey.g.walz.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This solicitation, W912TF-14-R-0003, is being issued as a request for proposal. This request is 100% set-aside for Small Business. The NAICS code is 722310 and the size standard is less than $35.5 Million. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-72 Correction, Effective January 30, 2014. The NH-USPFO, Purchasing and Contracting Office, Pease ANGB, Newington New Hampshire has a requirement for quote mark Life Support quote mark services in support of an upcoming Exportable Combat Training Capability (XCTC) event from 29 JUN 2014 - 31 JUL 2014 to be held at Camp Grayling, Michigan. Offerors shall propose a firm fixed price for the following: CLIN 001 Full, Food Service Operations GOV Provided Facilities CLIN 002 Portable Latrine Support CLIN 003 Refrigerator Truck Support CLIN 004 School bus/blue bird Support CLIN 005 Non-Tactical Vehicle Support CLIN 006 Dumpster Support The specific level of support is detailed in the attached Performance Work Statement (PWS), now updated 16APR2014. Please also see attached RFI answers and quality assurance surveillance plan (QASP). Requirements for your proposal: Please submit a proposal on your company letterhead showing a price per contract line item (CLIN) with at total price at the bottom. Include the following information on your quote: cage code, tax id number, company name, phone number, contact, and email. Proposals are due April 28, 2014 4:00 PM EST to the following email address: jeffrey.g.walz.mil@mail.mil It is the intent of this agency to hold a site visit, 0830hrs, 16 APR 2014 for this service contract at Camp Graying Michigan. A maximum of two individuals from any one company may attend. To pre-register, contact MAJ Jeff Walz at jeffrey.g.walz.mil@mail.mil and provide the following information: company name and address, CAGE Code and DUNS number, and name of person(s) attending. Offerors must be registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Centers at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Systems for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The provisions and clauses listed below are applicable to this solicitation: 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. Technical and past performance, when combined, are significantly more important than price. FAR 52.204-7. FAR 52.204-99 System for Award Management Registration (August 2012) (DEVATION) FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-44 Fair Labor Standards act and Service Contract Act-Price adjustment; FAR 52.222-54 Employment Eligability Verification: FAR 52.228-5 Insurance-Work on a government Installation; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.225-1, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable) FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations. Point of Contact: Offerors can submit their Proposals to: MAJ Jeff Walz at jeffrey.g.walz.mil@mail.mil. Email is preferred. Questions can be directed to MAJ Jeff Walz @ jeffrey.g.walz.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA27/W912TF14R0003/listing.html)
 
Place of Performance
Address: Joint Maneuver Training Center, Grayling Township, MI
Zip Code: 49739
 
Record
SN03348251-W 20140426/140424235414-4b1a5817dd67205ea0d2ee7d0c307e3e (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.