SOLICITATION NOTICE
G -- Staff Visits/Tours of the Little Big Horn Battlefield on Horseback
- Notice Date
- 7/6/2005
- Notice Type
- Solicitation Notice
- NAICS
- 713990
— All Other Amusement and Recreation Industries
- Contracting Office
- ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S8-05-T-0042
- Response Due
- 7/13/2005
- Archive Date
- 9/11/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial service, prepared in accordance with the format in FAR Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are requested; however, a written solicitation will not be issued. Solicitation number W911S8-05-T-0042 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Fed eral Acquisition Circular 2001-27. The requirement is 100 percent set-aside for small business with a NAICS Code of 713990, and size standard of $6.0 million. The description of the service is as follows: Provide 5 separate Staff visits/tours of the Little Big Horn Battlefield on horseback as specified in the CLINS shown below and in the Statement of Work which can be obtained by download at http://www.lewis.army.mil/doc/. CLIN 0001, 1 each, Vendor Travel/Transportation Costs, CLIN 0002: 1 each, Outfitter F ee, Labor & Equipment, CLIN 0003: 1 each, Crow Indian Cultural Guide, CLIN 0004: 3 each, Artifacts and Training Aides, CLIN 0005: 30 each, Horse Rental, CLIN 0006, 30 each, Land Access Fee, CLIN 0007: 1 each, Firewood. Period of Performance for CLINS 0001 thru 0007 is 21 Jul to 22 Jul 2005. CLIN 0008: 1 each Contract Manpower Report. CLIN 1001, 1 each, Vendor Travel/Transportation Costs, CLIN 1002: 1 each, Outfitter Fee, Labor & Equipment, CLIN 1003: 1 each, Crow Indian Cultural Guide, CLIN 1004: 3 each, Ar tifacts and Training Aides, CLIN 1005: 30 each, Horse Rental, CLIN 1006, 30 each, Land Access Fee, CLIN 1007: 1 each, Firewood. Period of Performance for CLINS 1001 thru 1007 is 25 Jul to 26 Jul 2005. CLIN 2001, 1 each, Vendor Travel/Transportation Costs, CLIN 2002: 1 each, Outfitter Fee, Labor & Equipment, CLIN 2003: 1 each, Crow Indian Cultural Guide, CLIN 2004: 3 each, Artifacts and Training Aides, CLIN 2005: 30 each, Horse Rental, CLIN 2006, 30 each, Land Access Fee, CLIN 2007: 1 each, Firewood. Period of Performance for CLINS 2001 thru 2007 is 27 Jul to 28 Jul 2005. CLIN 3001, 1 each, Vendor Travel/Transportation Costs, CLIN 3002: 1 each, Outfitter Fee, Labor & Equipment, CLIN 3003: 1 each, Crow Indian Cultural Guide, CLIN 3004: 3 each, Artifacts and Tr aining Aides, CLIN 3005: 30 each, Horse Rental, CLIN 3006, 30 each, Land Access Fee, CLIN 3007: 1 each, Firewood. Period of Performance for CLINS 3001 thru 3007 is 31 Jul to 1 Aug 2005. CLIN 4001, 1 each, Vendor Travel/Transportation Costs, CLIN 4002: 1 ea ch, Outfitter Fee, Labor & Equipment, CLIN 4003: 1 each, Crow Indian Cultural Guide, CLIN 4004: 3 each, Artifacts and Training Aides, CLIN 4005: 30 each, Horse Rental, CLIN 4006, 30 each, Land Access Fee, CLIN 4007: 1 each, Firewood. Period of Performance for CLINS 4001 thru 4007 is 04 Aug to 05 Aug 2005. Any contract entered into resulting from this request for quotations will be made to a responsive, responsible quoter using a SF1449. Quotes will be evaluated on a lowest cost, technically acceptable basis . Award will be made on an all or none basis. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Addenda to this provision are applicable, in which the term offeror whenever it appears, shall be replaced with the t erm quoter; paragraphs (g) and (h) are deleted. Quoters are required to submit completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions-Commercial It ems, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b ) are applicable to this acquisition: 52.222-3, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41, and 52.222-42. FAR clauses 52.219- 6, Notice of Total Small Business Set-Aside is applicable. DFAR clauses 252.204-7004, Required Central Contractor Registration, 252.212-7000. Offeror Representations and Certifications Commercial Items, and 252.212-7001(a), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, to include 52.203-3, Gratuities are applicable. Wage Determination 94-2317, Revision 21 for MT Statewide is applicable to this acquisition. The compl ete text of the Federal/Defense Acquisition Circulars are available at the following internet site: http://farsite.hill.af.mil. Telephonic inquires will not be accepted; please fax or email. Quotes are due on July 13, 2005 at 4:00 PM, Pacific Standard Time . Quotes may be emailed to Barbara.Kinnear@lewis.army.mil or faxed to the Directorate of Contracting, Attn: Barbara Kinnear at 253-967-3844, along with the completed Offeror Representations and Certifications, Commercial Items, FAR 52.212-3, and DFAR 252. 212-7000 providing the business size, e-mail address, Dunn and Bradstreet number, Cage Code, Federal Tax ID number. See below for Services Contract Manpower Reporting Requirement. SERVICES CONTRACT MANPOWER REPORTING REQUIREMENT: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report all contractor manpower (including s ub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all information in the format using the following address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by the reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including su b-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Uni t Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where the contractor and sub-contractors perfo rm the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on the web site); (12) Presence of deployment or contingency contract language; and (13) Number of con tractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use the direct ZML data transfer to the database server or fill in the fi elds on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML d irect transfer may be downloaded from the web site.
- Place of Performance
- Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
- Zip Code: 98433-9500
- Country: US
- Zip Code: 98433-9500
- Record
- SN00842082-W 20050708/050706212108 (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 |