Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2014 FBO #4705
SOLICITATION NOTICE

R -- FY15 NDU CAPSTONE BPAs - Statement of Work (SOW) FY15 NDU CAPSTONE

Notice Date
10/10/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-15-R-0126
 
Archive Date
10/31/2014
 
Point of Contact
constance v. house, Phone: 703-767-1168, Beverly J Williams, Phone: 703-767-1192
 
E-Mail Address
constance.house@dla.mil, Beverly.J.Williams@dla.mil
(constance.house@dla.mil, Beverly.J.Williams@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work (SOW) FY15 NDU Capstone Effort This is a combined synopsis/solicitation for commercial items issued as Request for Proposal (RFP) number SP4705-15-R-0126 and is prepared in accordance with the format in FAR Subparts 12.6 and FAR Subpart 13, as supplemented with additional information included in this notice. This notice incorporates provisions and clauses in effect through FAC Circular 2005-76 effective July 25, 2014. This acquisition is being issued as 100% Small Business Set-aside. The North American Industry Classification System (NAICS) code is 541611, Administrative Management Consulting Services, size standard $14 Million. The Defense Logistics Agency (DLA) Defense Contracting Services Office Fort Belvoir (DCSO Fort Belvoir) intends to establish a multiple Blanket Purchase Agreement (BPA) for Senior Fellows to provide senior leadership and guidance to newly selected generals and flag officers during their attendance at the Pinnacle or CAPSTONE General and Flag Officer Course in accordance with the attached Statement of Work (SOW) for the three Contract Line Items (CLINs). A BPA call under this agreement shall be Firm Fixed Priced (FFP). The requirement is for the National Defense University (NDU) - Capstone, 260 Ave, Bldg 64, Suite 3500, Fort McNair, Washington, DC 20319. The period of performance (POP) will be from date of award for three years. The purchase limitation is $25,000.00 per call with a BPA Master Dollar Limitation of $234,000.00. CLIN 0001 Senior Fellow Support, Unit 1 Day, POP - from date of award for one (1) year CLIN 1001 Senior Fellow Support, Unit 1 Day, POP- from date of award for one (1) year CLIN 2001 Senior Fellow Support, Unit 1 Day, POP- from date of award for one (1) year The provision at 52.212-1, Instructions to Offerors, Commercial Items. Offeror's must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, cage code, address, and telephone number of the offeror; (4) Price and discount terms; (5) Remit to address, if different than the mailing address; (6) Acknowledgement of solicitation amendments, if any, for acceptance of offers. THE OFFEROR MUST AGREE TO HOLD THE PRICES SUBMITTED FOR THE SOLICITATION FOR AT LEAST 90 DAYS. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. Multiple awards will be made based on which offer is fully in compliance with the specifications. The following provisions and clauses can be viewed through Internet access at http://farsite.hill.af.mil. In accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text. FAR 52.202-1, Definitions; FAR 52.232-1, Payments; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-26 Equal opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.212-2 Evaluation Commercial Items; Price that represents the Lowest Price Technical Acceptable (LPTA) to the Government. BASIS FOR AWARD Proposals shall be evaluated in accordance with FAR 13.106-1, which will be based on price and the offeror ability to meet the qualifications outlined in the Statement of Work. A. Price Evaluation: The offeror's proposed prices will be determined by evaluation of individual price provided for on the price list. The price evaluation will document the reasonableness and affordability of the proposed unit price based on the following subfactor: - Completed price list. B. Technical Capability: The offeror's ability to meet the requirements as described in the Statement of Work. The proposals shall be evaluated against the following subfactor: - Qualifications NOTE: Resumes are not required at this time but the Government reserves the right to request resumes to verify the qualifications of offerors. (End of Provision) FAR 52.212-3 Offerors Representations and Certifications-Commercial Items; Offerors must submit a completed copy of their annual representations and certificates or complete the annual representations and certifications electronically at https://www.sam.gov/. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items Deviation; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-4, Applicable Law for Breach of Contract Claim; 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6. In accordance with FAR 52.204-7, prior to receiving any contract award, offerors must be registered in the System for Award Management (SAM) database. SAM information may be found at https://www.sam,gov/. Offerors are encouraged to obtain further information on SAM and ORCA registrations at https://www.sam.gov/. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DOD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DOD contract shall be submitted in electronic form. Wide Area Workflow (WAWF) is the DOD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at https://wawf.eb.mil/. DFARS 252.204-7003, Control of Government Personnel work product; DFARS 252.232-7003, Electronic submission of payment requests; DFARS 252.232-7010, Levies on contract payments. Offers must be sent in writing, by email to Constance House, Contract Specialist, no later than 11:00 am (EST) on Thursday, October 16, 2014 to DLA Contracting Services Office (DCSO Fort Belvoir), 8725 John J Kingman Road, Fort Belvoir, VA 22060-6221, ATTN: Constance House, email: constance.house@dla.mil. 703-767-1168. fax 703-767-1130. The alternate POC for this requirement is Beverly J. Williams, 703-767-1192, email: beverly.j.williams@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-15-R-0126/listing.html)
 
Place of Performance
Address: 260 Avenue, Bldg 64, Suite 3500, Fort McNair, Washington, District of Columbia, 20319, United States
Zip Code: 20319
 
Record
SN03548500-W 20141012/141010233848-1dafdbf7bdb626204d37c58dbb354634 (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.