SOLICITATION NOTICE
R -- Non-Personal Services: Revise, rewrite and update Field Manual 7-22.7, The NCO Guide and Field Manual 7-21.13, The Soldiers Guide at Fort Bliss, TX
- Notice Date
- 9/7/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
- ZIP Code
- 79916-6812
- Solicitation Number
- W911SG-06-R-0035
- Response Due
- 9/15/2006
- Archive Date
- 11/14/2006
- Small Business Set-Aside
- Total Small Business
- 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; proposals are being requested and a written solicitation will not be issued. Performance Work Statement (PWS) will be made available upon written request to Lauren Van Ens at lauren.vanens@us.army.mil. The solicitation is W911SG-06-R-0035 and is issued as a Requ est for Proposal (RFP). Proposals are due by 15 Sep 06, 10:00 a.m. MST. The RFP will result in a firm fixed price. The performance period is from 28 Sep 06 through 27 Sep 07. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 541990. The Directorate of Contracting, Fort Bliss, Texas is soliciting proposals to provide the non-personal services to revise, rewrite and update Field Manual 7-22.7 and 7-21.13. CLIN 0001 Non-Personal Services, estimated 2,820 hrs x Unit Price: $______. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. The following FAR clauses and provisions apply to this RFP: FAR clause 52. 202-1, Definitions (Jul 2004) ; provision 52.212-1, Instructions to Offerors Commercial Items (Jan 2005); provision 52.212-3, Offeror Representations and Certification Commercial Items must be completed and submitted with the proposal; FAR clause 52.2 12-4, Contract Terms and Conditions Commercial Items (Oct 2003); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this RFP and the following clauses cited in the clause apply: 52.203-6, Alternate 1, Restrictions on Subcontractor Sales to the Government (Oct 1995); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126) (Jun 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Apr 2002); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212) (Dec 2001); 52.232-33, Pay ments by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Also applicable, clause 52.228-5, Insurance Work on a Government Installation (Jan 1997), clause 52.232-18 Availability of Funds (Apr 1984), provision 52.233-2, Service of Pr otest (Aug 1996), clause 52.233-3, Protest After Award (Aug 1996); clause 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); clause 52.243-1, Changes Fixed Price, Alt 1 (Apr 1984); provision 52.252-1, Solicitation Provisions Incorporated b y Reference (Feb 1998); clause 52.252-2, Clauses Incorporated by Reference (Feb 1998); provision 52.252-5, Authorized Deviations in Provisions (Apr 1984); clause 52.252-6, Authorized Deviations in Clauses (Apr 1984); clause 252.232-7003, Electronic Submiss ion of Payment Requests (Jan 2004); and clause 252.243-7001, Pricing of contract modifications. Offerors must submit the following to be considered for award: 1) a completed copy of FAR clause 52.212-3, Representation and Certifications, Commercial Items (Mar 2005); 2) Offerors must submit a price proposal; 3) Offerors must have a satisfactory record of past performance and experience. Mail/hand deliver proposals to Directorate of Contracting, ATTN: Lauren Van Ens, 2021 Club Road, Fort Bliss, Texas 79916 o r FAX to (915) 568-0836. Copies of FAR clauses and provisions may be accessed via the Internet at www.arnet.gov. 52.212-2 Evaluation of Commercial Items (Ja n 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The Government intends to evaluate proposals and make award without discussions. The following FOUR factors, in descending order of importance, shall be used to evaluate offers: price, technical capability, past performance, and past experience. Technical capability, past perfo rmance, and past experience when combined, are less important then price. The Government will evaluate proposals for both amount of experience with similar contracts and quality of performance. 1) Price Offerors shall propose a price for each CLIN. 2) Past Experience refers to the amount and nature of the work your company has performed. 3) Past Performance refers to how well your company has performed that work. 4) Technical capability offerors must submit the resume of proposed contracto r personnel. The Government will evaluate the submitted past performance information required by FAR provision 52.212-1 and may use information from other sources to review offerors ability to perform the contract successfully. Required past performanc e information: Offerors shall submit three (3) references of relevant contracts performed within the last five years (past and/or present), that are the same and/or similar to the size and complexity of this requirement. For each reference include the co ntract number, dollar value, contract office, agency name, contact numbers, period of performance, contracting officers name, telephone and fax numbers for each contract, customer name and phone number and description of service. Past performance data do es not have to be through a government agency. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if th e option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
- Place of Performance
- Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
- Zip Code: 79916-6812
- Country: US
- Zip Code: 79916-6812
- Record
- SN01136622-W 20060909/060907221311 (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 |