SOLICITATION NOTICE
U -- TACTICAL TRAINING COURSES TO SUPPORT II MARINE EXPEDITIONARY FORCE HEADQUARTERS GROUP (II MHG), MARINE CORPS BASE (MCB), CAMP LEJEUNE, NC
- Notice Date
- 5/23/2008
- Notice Type
- Presolicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- M6700108Q0130
- Response Due
- 5/29/2008
- Point of Contact
- JACKIE MEADE 910-451-2184 LISA WILLIAMS910-451-5182
- Small Business Set-Aside
- N/A
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written solicitation will not be issued. Solicitation number M6700108Q0130 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. A written determination has been made to dissolve the small business set-aside. This solicitation is issued on an UNRESTRICTED basis. The North American Industrial Classification System (NAICS) code for this requirement is 611699 and the small business size standard is $6.5 Million. Pursuant to FAR 52.222-41, this acquisition for services is covered under the Service Contract Act of 1965, as Amended and shall comply with Wage Determination (WD) 2005-2393 (Rev.-6) dated 19 March 2008. The following training courses are being procured in support of Marine Expeditionary Headquarters (MHG), Marine Corps Base, Camp Lejeune, NC. The entire period of performance is from 02 June 2008 through 31 August 2008. A list of the training courses, period of performance, and number of students is set forth at Attachment 2. The contractor shall meet the proposed training dates. The description for each training course is set forth at Attachment 1 Statement of Work. PLACE OF PERFORMANCE: These training courses shall be conducted in Camp Lejeune training areas reserved by the Transition Team Training Cell located at Marine Corps Base (MCB), Camp Lejeune, NC 28542. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: technical, past performance, and price); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.232-8 Discounts for Prompt Payment; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.243-7002 Requests for Equitable Adjustment. The following clauses apply under FAR 52.212-5: FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-9 Small Business Subcontracting Plan; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-16 Liquidated Damages Subcontracting Plan; FAR 52.219-28 Post Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41 Service Contract Act of 1965, as Amended; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.233-4 Applicable Law for Breach of Contract Claim. The following clauses apply under DFARS 252.212-7001: FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests. Quoters shall provide completed copies of FAR 52.212-3(k) or their Online Representations and Certification Application (ORCA) and DFARS 252.225-7000 with their quote. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractors DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors are required to be registered and current in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Submission of quotes shall include the following: (1) Technical: descriptive literature for each course that demonstrates the ability to meet or exceed the course specifications. (2) Period of Performance: the preferred period of performance is from 28 May 08 through 31 Aug 2008; the proposed training date(s) for each course shall be met. (3) Past Performance: provide three (3) past performance references (not more than 3 years old) similar in scope and size. Include POC, contract number, delivery/period of performance, and contract amount. (4) Price: all pricing quoted shall be FOB Destination. The basis for award is best value. The criteria for evaluation is: (1) Technical (2) Past Performance (3) Price. When combined, past performance is more important than price. All responsible sources may submit a response which, if timely received, will be considered by the agency. It is the intent of the Government to issue one award; however, the Government reserves the right to issue multiple awards. The closing date for this solicitation is 29 May 2008 at 1500 hr (3:00 P.M.) EST. Quoters are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to jackie.meade@usmc.mil or fax to (910) 451-2331.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ca9880673950c4ea0c8d73f8b6fd4811&tab=core&_cview=1)
- Record
- SN01580365-W 20080525/080523215803-5322cf9c1996187bffba95ec2c408f8f (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 |