Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 16, 2022 SAM #7503
SOLICITATION NOTICE

U -- NJARNG Youth Camp Nurses

Notice Date
6/14/2022 11:11:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
W7NP USPFO ACTIVITY NJ ARNG JOINT BASE MDL NJ 08640-5600 USA
 
ZIP Code
08640-5600
 
Solicitation Number
PANNGB-22-P-0000-009759
 
Response Due
6/24/2022 10:00:00 AM
 
Archive Date
07/09/2022
 
Point of Contact
CPT Christopher A. Hower, Phone: 6095620265
 
E-Mail Address
christopher.a.hower.mil@army.mil
(christopher.a.hower.mil@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
���� 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; quotes are being requested and a written solicitation will not be issued.� This solicitation, PANNGB-22-P-0000 009759, is issued as a Request for Proposal (RFP). Full Text �provisions and clauses can be found in Attachment 2. This procurement is Set-Aside 100% for Small Business. The NAICS code is 621399 and the small business size standard is $7,500,000. All proposals must include Federal Tax ID, CAGE code and DUNS number. The Government intends to evaluate proposals without discussions (except clarifications as described in FAR 15.306(a)). � Evaluation will be made on Lowest Price and Technical Acceptability to meet the requirements as stated in the Performance Work Statement, Attachment 1. The evaluation factors are: 1. Past/Present Performance 2. Price. Basis for award is Price and Past Performance. The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the technical acceptability standards for non-cost factors. In terms of relative importance of the factors, past performance is approximately equal to price. The government intends to issue a single award. The following commercial service is requested in this solicitation: Line Item 0001. Base Year��� $_______________ 1 JOB Line Item 0002: Option Year 1� $_______________ 1 JOB Line Item 0003:� Option Year 2� $________________ 1 JOB Line Item 0004:� Option Year 3�� $________________ 1 JOB Line Item 0005:� Option Year 4��� $_________________ 1 JOB Vendors shall submit questions related to this combined synopsis/solicitation not later than 11:00 a.m. Eastern Time on 20 June 2022. Questions may be directed in writing to CPT Christopher A. Hower, e-mail Christopher.a.hower.mil@army.mil. � Proposals are due at 1:00 p.m. Eastern Time on Friday 24 June 2022. Proposals must be submitted via e-mail to Christopher.a.hower.mil@army.mil. The following provisions are incorporated into this solicitation by reference: FAR 52.204-7, System for Award Management FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation FAR 52.208-9, Contractor Use of Mandatory Sources of Supply and Services FAR 52.212-1, Instructions to Offerors � Commercial DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services�Representation DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons DFARS 252.225-7050, Disclosure of Ownership by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation The following clauses are incorporated into this solicitation by reference: FAR 52.203-3, Gratuities FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13, System for Award Management and Maintenance FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.222-50, Combating Trafficking in Persons FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7008, Use of Government-Assigned Serial Numbers DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments Program DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text.� The full text is found in Attachment #2, Full-Text Provisions and Clauses. (All Representations and Certifications shall be completed within contractor's Systems for Award Management (SAM) profile on www.sam.gov.) FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS 252.225-7035, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program Certificate DFARS 252.247-7022, Representation of Extent of Transportation by Sea The following clauses are incorporated by full text.� The full text is found in Attachment #2, Full-Text Provisions and Clauses.� FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/92d4dfe738b54abc96b2d57f3b58f10c/view)
 
Place of Performance
Address: Sea Girt, NJ 08750, USA
Zip Code: 08750
Country: USA
 
Record
SN06357512-F 20220616/220614230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.