Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2006 FBO #1748
SOLICITATION NOTICE

R -- Geographic Information System (GIS) Management Support

Notice Date
9/7/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-06-Q-0086
 
Response Due
9/20/2006
 
Archive Date
11/19/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Restrictions: This is a combined synopsis/solicitation for Geographic Information System (GIS) Management Support-Commercial Items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this n otice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number W91248-06-Q-0086 is issued as a Request for Quotation (RFQ). The solicitation document and incorpor ated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06, dated 08 June 05. NAICS is 541370; business size is $4.5 Million; acquisition is 100% set-aside for Service Disabled Veteran Owned Small Business. Description of Items Requested: Base Period, Period of Performance: 1 October 2006 to 30 September 2007, Line Item 0001, GIS/ Management Support Specialists, 2000 Hours; Line Item 0002 Other Direct Costs (Must be Supported by Receipts/Invoices and must be prior Appro ved by the Government) submit as $1,500.00 Standard Cost Amount. First Option Period, Period of Performance: 1 October 2007 to 30 September 2008, Line Item 1001, GIS/ Management Support, 2000 hours; Line Item 1002, Other Direct Costs, (Must be Supported by Receipts/Invoices and must be prior Approved by the Government) submit as $1,500.00 Standard Cost Amount. Second Option Period, Period of Performance: 1 October 2008 to 30 September 2009, Line Item 2001, GIS/Management Support, 2000 Hours, Line Item 2002, Other Direct Cost, (Must be Supported by Receipts/Invoices and must be prior Approved by the Government) submit as $1,500.00 Standard Cost Amount. Line Item 3001, GIS/Management Support, 2000 Hours, Line Item 3002, Other Direct Cost, (Must be Suppo rted by Receipts/Invoices and must be prior Approved by the Government) submit as $1,500.00 Standard Cost Amount. Line Item 4001, GIS/Management Support, 2000 Hours, Line Item 4002, Other Direct Cost, (Must be Supported by Receipts/Invoices and must be pr ior Approved by the Government) submit as $1,500.00 Standard Cost Amount. Offers are due not later than 20 September 2006, 10:00 AM CST. Offerors should submit an hourly rate for Line Items 0001, 1001, 2001, and submit a cost of $1,500.00 for Line Items 0002, 10023, 2002 (this cost/price cannot be changed by the offerors). One award will be made to the offeror who submits the lowest priced technically acceptable offer and who is determined to be a responsible contractor. All responsible concerns may sub mit a quote that will be considered by this agency. It is contemplated that Period of Performance will be one 12-Month Base Period and Two (2) 12- Month Option Periods. The complete Statement of Work is attached to this combined Synopsis/Solicitation an d associated documents (example bid sheet) can be downloaded at doc.campbell.army.mil under subject Solicitation Number. The following provisions and clauses are applicable to this acquisition: 52.212-1, Instructions to Offerors  Commercial (Jan 2005); 5 2.212-2, Evaluation  Commercial Items (Jan 1999). The following factors will be evaluated: Technical Capability and Price (These factors are of equal importance). Technical Expertise will consist of demonstrating that proposed individual has Technical Expertise as outlined in Statement of Work under Paragraph 3 Requirements. Such technical information shall be submitted at time of closing date with quoted prices. Also, individual must be able to start performance 01 October 2006. 52.212-4, Contract Terms and Conditions  Commercial Items (Oct 2003); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items (Jan 2006) the following apply under this clause, 52.203-6, Restrictions on Subcontractor Sal es to the Government (Jul 1995); 52.219-27 Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside, 52.219-8, Utilization of Small Business Con cerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 , Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disab led Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other El igible Veterans (Dec 2001); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2006); 52.225-13, Restrictions on Certain Foreign Purchases (Feb. 2006); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (O ct. 2003); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items (Jan 2006) (DEVIATION); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to D efense Acquisition of Commercial Items (Jan 2005), the following apply under this clause: 52.203-3 Gratuities (April 1984); 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991); 252.225-7012, Preference for Certain Domestic C ommodities (June 2004). Other applicable clauses are: 52.217-8, Option to Extend Services (Nov 1999); 52.217-9, Option to Extend the Term of the Contract; 52.228-5, Insurance  Work on an Government Installation (Oct 1995), 52.232-18 Availability of Fund s (Apr 1984), 252.232-7007, Limitation of Governments Obligation (Aug 1993) fill-in will be completed upon contract award. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications  Commercial Items and 252.212-7000, Offe ror Representation and Certification  Commercial Items (Nov 1995) shall be submitted with the quotation. Access the Directorate of Contracting website at http://doc.campbell.army.mil/ to review the Statement of Work (SOW). Facsimile quotations are acce ptable at (270) 798-3987; mailing address is Directorate of Contracting, 13 ? Street, Building 2176, Fort Campbell, Kentucky, 42223. All contractors must be registered in the Department of Defense Contractor Registration (CCR) database prior to any contr act award. Any questions concerning this acquisition can be directed to Eric Choate, (270) 798-7825 or Angela Jacobs (270) 798-0380; james.e.choate@us.army.mil; angela.jacobs@us.army.mil.
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2176, 13 1/2 & Indiana Streets Fort Campbell KY
Zip Code: 42223-5334
Country: US
 
Record
SN01136623-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 |
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.