Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOLICITATION NOTICE

R -- ACCOUNTANT IIA SERVICES - Accountant Package

Notice Date
5/18/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541211 — Offices of Certified Public Accountants
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, District of Columbia, 20315-0350
 
ZIP Code
20315-0350
 
Solicitation Number
W912R1-17-T-0008
 
Archive Date
6/9/2017
 
Point of Contact
Stephen D. Roane Jr., Phone: 202-433-9103, Willie C. Weatherspoon, Phone: 7036016810
 
E-Mail Address
stephen.d.roane2.ctr@mail.mil, ng.dc.dcarng.mbx.pc-requirement-request@mail.mil
(stephen.d.roane2.ctr@mail.mil, ng.dc.dcarng.mbx.pc-requirement-request@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
52.222-42 -- Statement of Equivalent Rates for Federal Hires. Wage Determination Past Performance Questionnaire Cost Proposal template PWS Combined Synopsis/Solicitation ACCOUNTANT IIA SERVICES (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (II) Solicitation W912R1-17-T-0008 is issued as a Request for Quote (RFQ). (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-56. (IV) This acquisition is reserved for a small business concerns. The associated NAICS code for this acquisition is 541211; Small Business size standard is $20.5M. (V) SCHEDULE OF SUPPLIES/SERVICES: CLIN 0001 - ACCOUNTANT IIA SERVICES IAW PWS CLIN 0002 - Contractor Manpower Reporting Application (CMRA) (VI) This solicitation is for the purchase of ACCOUNTANT IIA SERVICES. (VII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. (VIII) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government. Award will be made based on Best Value to the Government considering Price, Past Performance. Past Performance Questionnaires are due NLT 22 May 2017. Vendors must submit Past Performance Questionnaires with sections A and B prefilled. Government will attempt to contact respondents that are stated within questionnaires. Vendors must submit no less than three (3) questionnaires, but the amount of submitted questionnaires will be limited to three (3). Past Performance Questionnaires must be submitted to stephen.d.roane2.ctr@mail.mil and ng.dc.dcarng.mbx.pc-requirement-request@mail.mil. This requirement is set-aside for 100% Service Disabled Veteran Owned Small Business. The Contractor shall submit a complete proposal to include: 1.) A detailed breakout of all pricing via the Cost Proposal Template. 2.) Required Past Performance Questionnaires NOTE: If a contractor does not submit the required information requested above, their proposal may not be considered for award and determined technically unacceptable. (IX) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://orca.bpn.gov/. (X) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. (XI) The following clauses in their latest editions apply to this acquisition: FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.204-7, Central Contractor Registration 52.212-4, Contract Terms and Conditions-Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act - Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. - Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7994, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2017-O0001) (NOV 2016) 252.203-7995, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2017-O0001) (NOV 2016) 252.204-7004 Alt A, Central Contractor Registration 252.209-7999, Prohibition against contracting w/Corps that have unpaid delinquent tax liability or a felony conviction. 252.211-7003, Item Identification and Valuation 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.212-7001 (deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (XII) The following additional provisions are incorporated by reference: 52.214-31, Facsimile Bids 52.219-1 Alt 1, Small Business Program Representations 52.225-2, Buy American Act Certificate (XIII) N/A. (XV) All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: http://www.FBO.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the fedbizopps.gov web site. They will be contained in the in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than, 4:00 PM EST, 22 May 2017. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing by the Contracting Officer. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in SAMs (https://www.sam.gov/). All quotes are due by 10:00 AM EST, 25 May 2017. Offers are due to the following address: stephen.d.roane2.ctr@mail.mil; willie.c.weatherspoon.mil@mail.mil and ng.dc.dcarng.mbx.pc-requirement-request@mail.mil. All responsible sources that submit a response, if timely received, shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49/W912R1-17-T-0008 /listing.html)
 
Place of Performance
Address: Joint Base Andrews, Andrews Air Force Base, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN04515022-W 20170520/170519001052-9ca69c506a5e7a38d7d9dd2c1c5c940d (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  © 1994-2020, Loren Data Corp.