Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2015 FBO #4979
SOLICITATION NOTICE

R -- D2S2 Logistic Support Services - Kuwait - Attachments

Notice Date
7/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
 
ZIP Code
62225
 
Solicitation Number
HTC711-15-R-W005
 
Archive Date
8/25/2015
 
Point of Contact
Bradley M. Shelburg, Phone: 6182207016, Joe Pereyra, Phone: 6182207151
 
E-Mail Address
bradley.m.shelburg.civ@mail.mil, joegino.m.pereyra.civ@mail.mil
(bradley.m.shelburg.civ@mail.mil, joegino.m.pereyra.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOP Cyber Vendor Assessment of Minimum Security Controls Cyber Minimum Security Controls Provisions and Clauses PWS RFQ Information Sheet This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number for this requirement is HTC711-15-R-W005 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. The United States Transportation Command (USTRANSCOM) contemplates a fixed-price contract with a one year base period and four one-year option periods. It is determined that a phase-in transition period of 45 Days is necessary. The historical total annual work hours for this requirement is approximately 30,875 hours (27,131 normal work hours + 288 supervisor overtime hours + 3,456 specialist overtime hours). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2015-15227 dated 19JUN15. This requirement is being solicited as a full and open competition. The North American Industry Classification System Code (NAICS) is 561110. Please see Attachment 1, RFQ Information Sheet for the list of contract line items numbers, with units of measure, to include the base year and all option years. The purpose of this requirement is to provide logistic support services in Bahrain and Kuwait. Please refer to Attachment 2, Performance Work Statement, for in depth details regarding this requirement. The work performed for this requirement shall be primarily accomplished at Camp Arifjan, Kuwait, Naval Support Activity Bahrain, and the SPOD in Kuwait. The phase-in period shall be from 16AUG15 to 30SEP15. The initial period of performance for this requirement is from 1OCT15 to 30SEP16. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is incorporated by reference in Attachment 3, SF1449 Provisions and Clauses. The provision at FAR 52.212-2, Evaluation -- Commercial Items, is applicable. The provision can be found in Attachment 3 and describes the specific evaluation criteria for this requirement. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, and/or have an updated profile on the System For Award Management (SAM.GOV) with your proposal. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition is incorporated by reference in Attachment 3. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses are applicable to this acquisition. Please refer to Attachment 3 for the additional FAR clauses cited within these clauses which are applicable to the acquisition. Please see the Attachment 3 for additional terms and conditions that may apply to this requirement. Submission Information: Offeror's are to submit an introductory document and four volumes. Volume 1 should consist of Technical (Management Approach). Volume II shall be Price. Volume III shall be Organizational Conflict of Interest, and Volume IV shall be Cyber Security. Offers are to be received electronically no later than 1500 hrs Central Time on 10AUG15. (Your E-mail submission must be checked and determined to be "virus-free" prior to submission.) The Government requires your proposal remain valid for 120 calendar days from date of submission. Any questions regarding this synopsis/solicitation, shall be submitted electronically no later than 1500 Central Time on 27JUL15. A consolidated list of answers to the questions will be posted on FedBizOpps no later than 1500 Central Time on 3AUG15. Proposals, and any questions regarding this synopsis/solicitation, shall be submitted by e-mail to the Contract Specialist, Bradley Shelburg, at bradley.m.shelburg.civ@mail.mil. If you intend to propose on this requirement, send an email to confirm your intention to propose to bradley.m.shelburg.civ@mail.mil by 20JUL15. Attachment Table of Contents Attachment # Description Pages 1 RFQ Information Sheet 2 2 Performance Work Statement 19 3 Provisions and Clauses 12 4 Cyber Minimum Security Controls 1 5 Cyber Vendor Assessment of Min. Security Controls 1 6 Standard Operating Procedures 75
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-15-R-W005/listing.html)
 
Place of Performance
Address: Camp Arifjan, Kuwait, Naval Support Activity, Bahrain, SPOD in Kuwait, Kuwait
 
Record
SN03793632-W 20150712/150710235600-63a311ecc5d0c14382bb0441b1d0ede2 (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.