MODIFICATION
V -- DSCA HQ Going Mobile Project - Amendment 1 - Amendment 2 - Amendment 3 - Amendment 4
- Notice Date
- 3/21/2017
- Notice Type
- Modification/Amendment
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
- ZIP Code
- 22202-5408
- Solicitation Number
- HQ0013-17-Q-0039
- Archive Date
- 4/12/2017
- Point of Contact
- Nicole Wright,
- E-Mail Address
-
nicole.c.wright2.civ@mail.mil
(nicole.c.wright2.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Revised Attachment III Revised Attachment I Revised Scope Of Work Revised Attachment II Solicitation Number: HQ0013-17-Q-0039 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is HQ0013-17-Q-0039 and is issued as a Request for Proposal (RFP). Under this requirement, the Defense Security Cooperation Agency (DSCA) intends to award commercial Firm Fixed Price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87-2 effective 6 Apr 2016.The applicable North American Industry Classification Standard (NAICS) code is 484210 - Used household and Office Goods Moving. The small business size standard is $27.5M. This acquisition is a competitive Small Business set-aside. DSCA intends to purchase services under the line items identified in the Contract Line Item Number (CLIN) Attachment. These items will be used by the Defense Security Cooperation Agency (DSCA) in support of Directorate for Business Operations (DBO) for Acquisition Customer Support Services requirements. See the Performance Work Statement Attachment for details. The period of performance is from April 6, 2017 - September 30, 2017. The Delivery, Inspection, Acceptance and FOB Point are all Government. DSCA intends to purchase the services under the following Contract Line Item (CLIN): CLIN 0001: Personnel and Surplus Services Phase IA 1 lot CLIN 0002: Personnel and Surplus Services Phase II 1 lot CLIN 0003: Personnel and Surplus Services Phase III 1 lot CLIN 0004: Overnight Storage Cost (Price Seperately) NOTE: All prices MUST include all applicable fees, gratuities, and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. FAR 52.204-19, Incorporation by Reference of Representations and Certifications, applies to this acquisition. FAR 52.212-4, Contract Terms and Conditions, Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition. Please see the Solicitation Clauses and Provisions Attachment for a complete listing of all FAR and DFAR clauses applicable to this solicitation. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far. The Defense Priorities and Allocation System (DPAS) does not apply to this acquisition. Specifications, plans or drawings relating to this procurement are not available and cannot be furnished by the Government. Interested firms may identify their interest and capability to respond to the requirement and submit a proposal. - All responsible sources that submit an offer will be considered. Proposals are due no later than 1:00 PM. (EST) Tuesday, March 28, 2017. Please submit all proposals to the attention of Nicole Wright at Nicole.C.Wright2.civ@mail.mil. Emails shall include the Solicitation No.: HQ0013-17-Q-0039 in the subject line of the email. See submission and delivery information provided under the Addendum to FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS as reflected in the Solicitation Clause attachment. Place of Performance: See Place of Performance under section 2.2 of the Scope of Work for specifics. Further details regarding the requirement can be found in the attachments. The attachments are as follows: Revised Scope of Work Revised Attachment I Revised Attachment II Revised Attachment III
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-17-Q-0039/listing.html)
- Place of Performance
- Address: 201 12th Street South, Arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN04441878-W 20170323/170321234527-e91ff3a9c545cee7c046569d18549a1d (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 |