Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2015 FBO #5096
SOLICITATION NOTICE

U -- TRX 16-01 SME Mentor Support - Combined Synopsis Solicitation

Notice Date
11/4/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Lejeune - RCO, PO Box 8368, MCB Camp Lejeune, North Carolina, 28547-8368, United States
 
ZIP Code
28547-8368
 
Solicitation Number
H92257-16-Q-0012
 
Archive Date
12/18/2015
 
Point of Contact
Joel S. Lewis,
 
E-Mail Address
joel.lewis@socom.mil
(joel.lewis@socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Combined Synopsis Solicitation Combined Synopsis/Solicitation (TRX 16-01SME Mentor Support) This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation # H92257-16-Q-0012 is hereby issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-74, Effective July 1, 2014. This is a restricted purchase set-aside for 100% Small Business Concerns. The North American Industry Classification System Code (NAICS) is 611699. The small business size standard is $11M. The Federal Supply Classification (FSC) for this order is U099. TYPE CONTRACT. The Government intends to award a single Firm Fixed Price (FFP) type contract as a result of this solicitation. The Government reserves the right and may award based solely on information contained in the quote and is not obligated to seek completion or clarification of any or all of the evaluation factors if the original quote is unclear. The contract shall be awarded on an all or none basis, please do not submit partial quotes. All quotes submitted shall be the Contractor's Best Quote as it is the Government's intent to entertain one final quote only; this includes any discounts on volume. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your quote meets ALL of the solicitation requirements. Evaluation Utilizing Simplified Acquisition Procedure (Feb 2015) Evaluation factors will be evaluated on an "acceptable/unacceptable" basis. Quotes will be evaluated first by price. The low price will then be evaluated for technical acceptability. Once a technically acceptable quote has been identified, no further evaluation will be conducted. The following factors will be used to evaluate quotations: (1) Personnel Qualifications. The experience, education, and qualifications of personnel proposed to work on the contract will be evaluated to determine their ability to perform their proposed duties and personnel must possess the required clearance in accordance with Statement of Work. (2) Technical Approach and Capability. The offeror's approach to performing contract requirements and its capability to successfully perform the contract in accordance with Statement of Work. (3) Past Performance. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. (End of Provision) CLIN 0001: TRX 16-01 SME Mentor Support CLIN 0002: Other Direct Cost Period of Performance: 23 Feb - 3 Mar, 2016 Reference attached Statement of Work for more details The awardee is required to be registered with, understand, and invoice through Wide Area Workflow. CLAUSES INCORPORATED BY REFERENCE: 52.204-2 Security Requirements (Aug. 1996) 52.204-7 System for Award Management (Jul 2013) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-13 System for Award Management Maintenance (Jul 2013) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) 52.204-17 Ownership or Control of Offeror (Nov 2014) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015) 52.212-3 Alt I Offeror Representations and Certifications -- Commercial Items (Oct 2015) 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2015) 52.219-1 Alt I Small Business Program Representations (Basic & Alternate I) (Dec 2014) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.247-34 F.o.b. Destination (Nov 1991) 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7004 ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) 252.204-7005 ORAL ATTESTATION OF SECURITY RESPONSIBILITIES (NOV 2001) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7009 LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR REPORTED CYBER INCIDENT INFORMATION (AUG 2015) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015) 252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law (Mar 2012) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012) 252.223-7006 PROHIBITION ON STORAGE, TREATMENT, AND DISPOSAL OF TOXIC OR HAZARDOUS MATERIALS-BASIC (SEP 2014) 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM-BASIC (NOV 2014) 252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (DEC 2012) 252.225-7036 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (NOV 2014) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.239-7009 REPRESENTATION OF USE OF CLOUD COMPUTING (SEP 2015) 252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA-BASIC (APR 2014) CLAUSES INCORPORATED BY FULL TEXT: 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2015) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (May 2015) 52.222-25 Affirmative Action Compliance (Apr 1984) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998). 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 5652.201-9002 Authorized Changes Only by Contracting Officer (2005) Section I 5652.204-9000 Individual Authorized to Sign (2014) Section K 5652.204-9002 Instructions for the Use of Electronic Contracts (2007) Section I 5652.204-9003 Disclosure of Unclassified Information and Notification Requirements for Cyber Security Breaches (2013) Section H 5652.204-9004 Foreign Persons (2006) Section K 5652.233-9000 Independent Review of Agency Protests (2013) Section I 5652.237-9000 CONTRACTOR PERSONNEL CHANGES (1998) SECTION I 5652.252-9000 Notice of Incorporation of Section K (1998) Section I All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://www.sam.gov *** It is very important that all vendors follow all instructions provided below, when quotes are submitted *** Vendors are required to register or update their registration on the System for Award Management website at https://www.sam.gov/portal/public/SAM/. This registration is required to receive contract award and will facilitate payment. Please include affirmative certification of ability to comply with Required Delivery Date. Additional information required in quotation: DUNS #, CAGE CODE #, and TIN #. The Government is seeking F.O.B Destination for this requirement. All questions are due by 1:00 PM EST November 18, 2015. Questions shall be submitted via Email to: joel.lewis@socom.mil. Answers to all questions received will be posted via amendment to this solicitation no later than 4:00 PM EST November 20, 2015. All quotes are due via email to the contracting specialist by 1:00 PM EST December 3, 2015. Quotes will be accepted via email only. Late submissions will not be considered. The burden of insuring quotes are received by this office, within the stated timeframe, is the responsibility of Vendor. Please submit your quotations via any method listed below: E-mail SSgt Lewis, Joel at joel.lewis@socom.mil For email quotes, the Government office designated for receipt of the quote is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(c), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government's control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 2MB. Vendors are specifically warned that email may be subjected to spam filters or attachment stripping. All transmissions must clearly state the solicitation number and the name of the contracting specialist on the first page to ensure proper receipt. Attention is directed to FAR 52.212-1(c), concerning late submissions. Vendors are responsible for allowing adequate time for transmission to be completed. The Vendor bears the risk of non-receipt of transmissions, and should ensure that all pages of the proposal (and any authorized modifications) have been received by the designated office before the deadline indicated. Pages of a transmission that arrive after the deadline will not be considered. The Government may make award based solely on the quote received. (End of Combined Synopsis/Solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/H92257-16-Q-0012/listing.html)
 
Place of Performance
Address: SEE SOW, United States
 
Record
SN03938262-W 20151106/151104235151-2e1b13730b96f82d2f6fd7143b179d51 (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.