MODIFICATION
R -- DSCA C-12 Analysis - REVISED Past Performance Questionnaire - Solicitation 1
- Notice Date
- 6/2/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
- ZIP Code
- 22202-5408
- Solicitation Number
- HQ001314T0012
- Archive Date
- 6/21/2014
- Point of Contact
- Janet M D'Angelo, Phone: 703-601-3728
- E-Mail Address
-
janet.d'angelo@dsca.mil
(janet.d'angelo@dsca.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The attached provides the SF 1449 for the solicitation. The attached revised Questionnaire reflects the corrected submission date of 2 PM Friday 6 June 2014. ***** Amendment 0001 corrects the Past Performance Questionnaire submission date to 2:00 PM Friday 6 June 2014 (corrected copy attached) and provides a copy of the SF 1449.***** Solicitation Number: HQ0013-14-T-0012 Notice Type: Combined Synopsis/Solicitation 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 number is HQ0013-14-T-0012 and is issued as a Request for Proposal (RFP). Under this requirement, the Defense Security Cooperation Agency (DSCA) intends to award a Firm Fixed Price contract with a Cost Reimbursable CLIN for Travel. The Travel estimate for this requirement is $10,600.00. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 effective January 30, 2014. The applicable North American Industry Classification Standard (NAICS) code is 541614 - Process, Physical Distribution, and Logistics Consulting Services. The small business size standard is $14M. This acquisition is competitive set-aside for Service Disabled Veteran Owned Small Businesses. DSCA intends to purchase services under the line items identified in the Contract Line Item Number Attachment. These items will be used by the Defense Security Cooperation Agency (DSCA) in support of the C-12 Aircraft Analysis. See the Performance Work Statement Attachment for details. The Government intends to award intends to award a Firm Fixed Price Contract with a Cost Reimbursable CLIN for Travel as a result of this combined synopsis/solicitation. The period of performance is 01 July 2014 through 30 September 2014. The solicitation includes a one month option. The Delivery, Inspection, Acceptance and FOB Point are all Government. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Please see Solicitation Clause Attachment for a complete listing of all FAR and DFAR clauses applicable to this solicitation. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far. Specifications, plans or drawings relating to this procurement are not available and cannot be furnished by the Government. Interested firms may identify their interest and capability to respond to the requirement and submit a proposal. - Questions regarding this solicitation must be submitted via email to Janet.D'Angelo@dsca.mil no later than 11A.M. (EST) Monday 19 May 2014. Emails shall include the Solicitation Number in the subject line of the email. - All responsible sources that submit an offer will be considered. Proposals are due on no later than 2 P.M. (EST) Friday June 06, 2014. Please submit all proposals to the attention of Janet D'Angelo. See submission and delivery information provided under the Addendum to FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS as reflected in the Solicitation Clause attachment. Place of Performance: Place of performance is Contractor's facilities with possible OCONUS travel. Defense Priorities and Allocations System (DPAS) rating, if applicable: NOT APPLICABLE Further details regarding the requirement can be found in the attachments below. Performance Work Statement (PWS) Contract Line Item Numbers Solicitation Clauses Past Performance Questionnaire
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ001314T0012/listing.html)
- Place of Performance
- Address: Contractor Facility and DSCA HQ Arlington, VA with OCONUS travel., Arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN03382201-W 20140604/140602234224-133199eb3cb37cfce866b1ca27234272 (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 |