Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2004 FBO #1024
SOLICITATION NOTICE

R -- Catholic Parish Coordinator

Notice Date
9/13/2004
 
Notice Type
Solicitation Notice
 
NAICS
813110 — Religious Organizations
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-04-Q-0108
 
Response Due
9/24/2004
 
Archive Date
11/23/2004
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quote be ing requested and a written solicitation will not be issued. Solicitation number W91248-04-Q-0108 is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition C ircular 2004-06. Acquisition is set aside for small business concerns. The NAICS Code 813110 and the small business size standard is $6,000,000. The Offer Schedule (contract line item numbers(s), items, quantities and units of measure) and the Performanc e Work Statement (PWS) can be accessed at website http://doc.campbell.army.mil/. Performance period is for one 12 month period with 4, 12 month option period. Anticipated start date is on or about 1 October 2004. Offers are due not later than 4:00 P.M. 24 September 2004 . All responsible concerns may submit an offer which will be considered by the Agency. Submit offers to Army Contracting Agency, Southern Region, DOC, ATTN: Susan Davis, Bldg 2172, 13 ? Street, Fort Campbell, KY 42223-1100. Point of Co ntact is Ms. Davis, 270-798-7809, daviss@campbell.army.mil. The provision at 52.212-1 Instructions to OfferorsCommercial Items, is applicable and is addended as follows: Paragraphs (b)(5), (d), (e), and (h) are deleted; Paragraph (b) (10), the followin g text is added Submit names addresses, and telephone numbers of proposed primary and alternate Youth Ministry Coordinators with one (1) copy of the following documents: resumes for both coordinators; documentation showing both coordinators experience in youth ministry; and proof of Masters Degree. This provision is further addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information  www.gsa.gov); 52.216-1 Type of Contract (Fill-in information, - Firm fixe d price; and 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting. 52.212-2 Evaluation-Commercial Items is applicable: (evaluation factors are Technical consisting of Qualifications and a minimum of two years Experience) and Price. Qualif ications sub-factor is slightly more important than the Experience sub-factor. When Qualifications and Experience are combined, Technical factor is significantly more important than Price. Initial Review of offers received will be conducted to determine whether offer meets the technical requirements stated. Those offerors who are determined to be acceptable will be contacted by telephone to arrange a date, time, and location for the proposed youth coordinators to present an oral presentation of their qua lifications and experience. This presentation will be used to present or demonstrate technical capabilities of the proposed coordinators. We tentatively plan to conduct Oral Presentations on 28 September 2004. General Oral Presentation Information: a . The Government will contact the offerors to arrange date and time (tentatively planned for 24 September 2004. b. Presentation is limited to 30 minutes. c. The Government will provide a timekeeper to ensure that each offeror has the same amount of ti me for the presentation. d. There is no interaction during oral presentation between the Government and the offerors. However, when offerors presentation is complete, Government representatives may ask for additional information for clarification purpo ses. e. Location will be at DOC, Bldg 2172, 13 ? Street & Indiana, Fort Campbell, KY 42223. f. Oral Presentations will not include or address price information. The Government intends to make a single award to the responsive and responsible offeror w hose offer is most advantageous to the Government considering price and non-price related factors. The successful offeror must be registered in Central Contrac tor Registration (CCR). CCR website is https://www.bpn.gov/CCR/scripts/index.html. Offerors are instructed to submit complete copies of FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items, and DFARS provision 252.212-7000 o fferor Representations and Certifications-Commercial Items, with offers. The FAR Clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition and is addended to incorporate the following clauses: 52.219-6 Notice of Total S mall Business Set-Aside; 52-228-5 Insurance-Work on a Government Installation; 52.217-9 Option To Extend The Term of The Contract; 52.232-19 Availability of Funds For The Next Fiscal Year; 52.232-17 Interest; 52.252-2 Clauses Incorporated by Reference (Fil l-in information-www.gsa.gov; 52.201-7000 Contracting Officers Representative; 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Required Central Contractor Registration; 252-223-7006 Prohibit ion on Storage and Disposal of Toxic and Hazardous Materials; 252.242-7000 Post Award Conference; and 252.243-7001 Pricing of Contract Modifications. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersC ommercial Items, applies to this acquisition and the following additional FAR Clauses cited within this clause also apply: 52.217-5 Evaluation of Options; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative A ction for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-18 Availability of Funds; and, 52.232-33 Paym ent by Electronic Funds Transfer-Central Contractor Registration. DFARS Clause 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the follo wing additional DFARS Clauses cited within this clause also apply: 252.232-7000 Electronic Submission of Payment Requests; 252-243-7002 Certification of Requests for Equitable Adjustment; and 252.247-7024 Notification of Transportation of Supplies by Sea.
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13 1/2 & Indiana Streets Fort Campbell KY
Zip Code: 42223-1100
Country: US
 
Record
SN00671303-W 20040915/040913212311 (fbodaily.com)
 
Source
FedBizOpps.gov 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.