Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 26, 2015 FBO #4870
SOLICITATION NOTICE

S -- Uganda Camp Singo Services - Attachment 1, Uganda Camp Singo Services, Performance Work Statement (PWS)

Notice Date
3/24/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722320 — Caterers
 
Contracting Office
Department of the Navy, United States Marine Corps, II MEF, PSC Box 20080, Camp Lejeune, NC 28542, Camp Lejeune, North Carolina, 28542, United States
 
ZIP Code
28542
 
Solicitation Number
M27100-15-T-6004
 
Archive Date
4/16/2015
 
Point of Contact
Robin C. Spotts, Phone: +39-366-774-4876, Jason C. Alexander, Phone: +39 366-779-8952
 
E-Mail Address
robin.spotts@usmc.mil, jason.c.alexander@usmc.mil
(robin.spotts@usmc.mil, jason.c.alexander@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1, Uganda Camp Singo Services, Performance Work Statement (PWS) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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 M27100-15-T-6004 is issued as a Request for Quotation (RFQ). This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-78 and Defense FAR Supplement Publication Notice (DPN) 20150115. The Special Purpose Marine Air Ground Task Force Crisis Response Africa (SPMAGTF-CR-AF) will be conducting theater security cooperation with host-nation military in Uganda. The requirement is for Catering and Camp Logistics Services at a camping facility within the Singo Military Base, located approximately 2 hours' drive northwest of Kampala. Camp services will consist of power generation, waste management, cleaning services, pest control, fire prevention, bottled water delivery, non-potable water delivery and filtration, lighting, site maintenance, stocking of consumable cleaning supplies, and cable television service. Catering consists of breakfast, lunch, and dinner for 22 personnel, Sunday thru Friday. Firm-fixed price contract(s) will be awarded using the procedures at FAR Part 13, Simplified Acquisition Procedures. Quotes will be evaluated using the lowest price technically acceptable process. Technical acceptability will be determined by the offeror's ability to accomplish all tasks identified in the attached Performance Work Statements and meeting the administrative requirements to receive a contract (e.g., DUNS number). The government intends to make a single award as a result of this solicitation. See addendum to FAR Provision 52.212-1 below for further details regard instructions to offerors. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition as well as the addendum to FAR Provision 52.212-1. The full text for provision at 52.212-1, Instructions to Offerors-Commercial can be found at http://farsite.hill.af.mil/vffara.htm. See the addendum to FAR Provision 52.212-1 below for details regarding this solicitation. ADDENDUM TO FAR PROVISION 52.212-1 INSTRUCTIONS TO OFFERORS FOR RFQ M27100-15-T-6004 1. Offerors may submit up to one (1) quote in response to this RFQ. Therefore, the Offeror's submission should demonstrate the optimal capability in response to the requirements. Offers for the services to be provided shall be electronically submitted by e-mail, hand-carried or mailed and received at the following location by 7:00AM CENTRAL EUROPE TIME (CET), 1 April 2015 : Attn: Contracting Officer II MEF Expeditionary Contracting Office SPMAGTF-CR-AF 15.1 HQ Regiment, 2D MLG PSC Box 20125 Camp Lejeune, NC 28542 OR Staff Sergeant Jason Alexander Email: Jason.c.alexander@usmc.mil Phone: +39 366 779 8952 OR Staff Sergeant Robin Spotts at Email: robin.spotts@usmc.mil Phone: +39 366 774 4876. Offerors are advised that quotes sent by conventional US Mail service are not routed directly to the above address. Therefore, the possibility that a quote will not comply with the stated closing date/time exists; in such case the quote will be considered a "late submission." The physical address specified above should be utilized for delivery in person and mailing by an express mail service such as Fedex and UPS. All questions shall be submitted, in writing via e-mail, to SSgt Robin Spotts at robin.spotts@usmc.mil or Staff Sergeant Jason Alexander at Jason.c.alexander@usmc.mil by 7:00 AM Central Europe Time (CET), 31 March 2015. The Government does not anticipate extending the due date for receipt of quotes, therefore, review the RFQ and these instructions thoroughly so all of your concerns/questions can be addressed. 2. Offerors shall submit the following with their quote: (a) A technically acceptable quote in accordance with Attachment 1, Uganda Camp Singo Services, Performance Work Statement (PWS). Offerors shall ensure that quotes submitted for this service include the unit cost per day/item for each separate task as well as the total cost for all tasks, for the entire performance period, identified in Attachment 1. Offerors shall ensure that quotes submitted for this service are in United States Dollars, $. Offerors may input and submit price quote values in the table provided in the table at paragraph 2 of the PWS. (b) Offeror Information. Offerors shall provide their DUNS Number or proof of an application for a DUNS Number with their response to this solicitation. Applications for a DUNS number can be submitted via web form at the following site: http://fedgov.dnb.com/webform/pages/CCRSearch.jsp (End of Addendum) The following DFARS provisions apply to this acquisition and are included by full text. Both DFARS 252.209-7992 (DEVIATION 2015-OO0005) and 252.203-7998 (DEVIATION 2015-O0010) must be completed and submitted with an Offeror's quote. 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2015-O0010) REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) The following FAR provisions and clauses apply to this acquisition and are included by reference. The full text of the provisions and clauses can be found at http://farsite.hill.af.mil/vffara.htm. 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following clauses cited in 52.212-5 are also applicable: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.222-50, Alternate I (Mar 2015), Combating Trafficking in Persons 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim The following DFARS provisions and clauses are applicable to this acquisition. The full text of the provisions and clauses can be found at http://farsite.hill.af.mil/vfdfara.htm. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirements to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.222-7002, Compliance with Local Labor Laws (Overseas) 252.225-7041, Correspondence in English 252.232-7008, Assignment of Claims (Overseas) 252.232-7010, Levies on Contract Payments 252.233-7001, Choice of Law (Overseas) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000, Subcontracts for Commercial Items The requirement at NMCARS 5237.102-90 Enterprise-wide Contractor Manpower Reporting Application (ECMRA) is also applicable to this acquisition. Questions regarding this RFQ can be sent to Staff Sergeant Alexander at Jason.c.alexander@usmc.mil and phone number is +39 366 779 8952. OR Staff Sergeant Spotts at robin.spotts@usmc.mil and phone number is +39 366 774 4876. Only quotes received before 1 April 2015, 7:00AM Central Europe Time (CET) will be considered for award. For additional details, review the attached Performance Work Statements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M27110/M27100-15-T-6004/listing.html)
 
Place of Performance
Address: Camp Singo, Kampala, Non-U.S., Uganda
 
Record
SN03677346-W 20150326/150324235146-9255fd4ac6b1aaee087b3bc51962edd2 (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.