Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOLICITATION NOTICE

R -- Catholic Priest

Notice Date
8/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
MICC - Fort Belvoir, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
 
ZIP Code
22060-5116
 
Solicitation Number
W91QV1-14-T-0299
 
Response Due
9/18/2014
 
Archive Date
10/27/2014
 
Point of Contact
Denise.F.Williams, (703) 806-3181
 
E-Mail Address
MICC - Fort Belvoir
(denise.f.williams.civ@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. Solicitation Number: W91QV1-14-T-0299 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. Quotes are being requested and a written solicitation will not be issued. The solicitation number is W91QV1-14-T-0299 and is issued as a Request for Quote (RFQ). Under this requirement, the Mission Installation Contracting Command (MICC) - Ft. Belvoir (FB) intends to award a firm fixed price contract. The applicable North American Industry Classification Standard (NAICS) code is 813110. The small business size standard is $7.5M. This acquisition is 100% set aside for Small Business. MICC-FB intends to procure a Catholic Civilian Clergy for 1 Year (12 months) with 2 (12 month) options. This service will be utilized by the Fort Belvoir Chaplains Office. The Government intends to award a Firm Fixed Price contract resulting from this combined synopsis/solicitation. The Period of Performance is 1 October 2014 through 31 September 2015 Subject to the Availability of Funds, FAR Clause 52.232-18, Availability of Funds. To include Two (2) 12 Month Options, if exercised by the Government The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. Addendum to 52.212-1 Instructions to Offerors: All responsible sources that submit a quote will be considered. Quotes are due on 18 September 2014 at 0900 to denise.f.williams.civ@mail.mil. The point of contact for questions regarding this solicitation is Denise Williams (703) 806-3181. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following factors shall be used to evaluate offers: Lowest price in accordance with the requirements of the Performance Work Statement (PWS) (Attachment 1). Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer (Attachment 3). Also in accordance with the clause, all prospective offerors must be actively registered in the System for Award Management (SAMS) prior to award. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: (1) 52.222-50, Combating Trafficking in Persons, (2) 52.233-3 Protest After Award, (3) 52.233-4, Applicable Law for Breach of Contract Claim (b), (14) 52.219-6 Notice of Total Small Business Set Aside, (28)52.222-3 Convict Labor, (29) 52.222-19 Child Labor, (30) 52.222-21, Prohibition of Segregated Facilities, (31) 52.222-26, Equal Opportunity, (42)52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, (52)52.232-33, Payment by Electronic Funds Transfer - System for Award Management, (56.c)(1)52.222-41, Service Contract Labor Standards, (i) 52.203-13,Contractor Code of Business Ethics and Conduct, (ii) 52.219-8 Utilization of Small Business Concerns, (iii)52.222-17 Nondisplacement of Qualified Workers, (v) 52.222-35, Equal Opportunity for Veterans, (vi)52.222-36, Affirmative Action for Workers with Disabilities, (vii)52.222-40, Notification of Employee Rights under the National Labor Relations Act, (xi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services, (xii) 52.222-54, Employment Eligibility Verification, (xiii)52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.(xv) (xv)52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2)While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (XVI)52.217-8, Option to Extend Services, The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 90 days. (XVII)52.217-8 Addendum, NOTICE: As part of the evaluation, the Government will evaluate the Option to Extend Services under FAR Part 52.217-8, by adding six months to the offerors final option period price. Thus, for the purpose of evaluation only, the offerors total price will include the price offered for: the base period, first option period, second option period, and price equal to six months of the second option period. Please note, offerors are required only to price the base period, first option period, and second option period. Offerors shall not submit a price for the potential six month extension of services period. The Government may or may not choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period. (XVIII)52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within 90 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days (60 days before the contract expires. The preliminary notice does not commit the Government to an extension(b) If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 Months. (XVIV)52.252-2 Clauses Incorporated by Reference, (XVV)252.232-7006 Wide Area Workflow Payment Instructions, (XVVI)Other FAR/DFARS provisions/clauses are incorporated by reference and include: DFARS 212.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Clause that applies: 52.203-3 - Gratuities 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The full text of the clauses or provisions may be accessed electronically at the following link: http://farsite.hill.af.mil Addendum to 52.212-1Instructions to Offerors: All responsible sources that submit a quote will be considered. Quotes are due on 18 September 2014 at 0900 to denise.f.williams.civ@mail.mil. The point of contact for questions regarding this solicitation is Denise Williams (703) 806-3181. Place of Performance: Fort Belvoir Chapel Bldg. 1018 Fort Belvoir, Virginia 22060 Please see attachments below. Attachment 1 - Performance Work Schedule (PWS) Attachment 2 - Bid Schedule (Required with the Quote) Attachment 3 - 52.212-3 Offeror Representations and Certifications Commercial Items (Required with Quote)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/41d2c3bd92dfce0c2c4efa75bb797cee)
 
Place of Performance
Address: MICC - Fort Belvoir Directorate of Contracting, 9410 Jackson Loop, Suite 101 Fort Belvoir VA
Zip Code: 22060-5116
 
Record
SN03487478-W 20140830/140829023252-41d2c3bd92dfce0c2c4efa75bb797cee (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.