Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2009 FBO #2616
SOLICITATION NOTICE

G -- MORTUARY SERVICES

Notice Date
1/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812210 — Funeral Homes and Funeral Services
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Campbell, ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-09-R-0010
 
Response Due
2/5/2009
 
Archive Date
4/6/2009
 
Point of Contact
shirley.banks, 270-798-7857<br />
 
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. The Government intents to award a Firm Fixed--Price Requirements Contract. Solicitation Number W91248-09-R-0010 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. This is a total small business set-aside for Mortuary Services within a 30-mile radius of Fort Campbell, Kentucky. The NAICS Code is 812210 and the small business size standard is $7M. Wage Determination 2005-2187 Rev No. 6 applies for the embalmer and ambulance driver. This requirement will include a Base Period of 1-year that will commence on or about 1 March 2009 thru 28 February 2010, with four (4) additional one-year option periods. If there is a delay in awarding a contract, the dates for the base year will be adjusted to reflect a one-year period. Army Regulation 638-2, Care and Disposition of Remains and Disposition of Personal Effects, is applicable to this requirement. All Federal, State, and Local environmental laws must be complied with. The Performance Work Statement (PWS); Offeror Schedule (contract line items, quantities, unit of issue, unit price and extended totals), Wage Determination, PRS, QASP, and Past Performance Survey documents can be accessed on the Directorate of Contractings website: https://doc.campbell.army.mil/ under Contracting Opportunities. The provision at FAR 52.212-1, Instruction to Offerors-Commercial Items applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, is applicable; paragraph (a) evaluation factors are Past Performance and Price. The offeror must submit same or similar, relevant past performance information for the past three years in order to be considered for award. Offerors must have Past Performance Surveys completed by customers and returned to Ms. Shirley Banks for evaluation purposes. Price is slightly more important than Past Performance. Contractor, by submission of offer, agrees to a facility inspection by the Government. Failure to permit inspection will result in the rejection of the offer as non-responsive. During inspection, proof of Funeral Directors License Number and current Embalmers Certificate Number must be available. Pre-Award Inspection will occur within seven (7) days of notification by the Contracting Officer. The Government intends to make a single award to the responsive and responsible offeror whose offer is most advantageous to the Government considering price and non-price related factors. The successful offeror must be registered in CCR (Central Contractor Registration). CCR website is https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Offerors are instructed to submit completed copies of FAR Provision 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS Provision 252.212-7000, Offeror Representations and Certifications-- Commercial Items, with offers. The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition, and is addended to incorporate the following clauses: FAR 52.216-18, Ordering (fill in: Government will issure oral orders from 1 Mar 09 28 Feb 10); FAR 52.216-19, Ordering Limitations (fill in: minimum order limitation is one (1) of any item as shown on the schedule; paragraphs (b) and (c) are deleted); FAR 52.217-8, Option to Extend Services (Fill-in Information 60 days); FAR 52-217-9, Option to Extend the Term of the Contract (Fill-in Information, Paragraph (a) - 30 days and 60 days; Paragraph (c) 5 years; FAR 52.232-19, Availability of Funds for the Next Fiscal Year (fill in: 30 September 2009); FAR 52.252-2, Clauses Incorporated by Reference (Fill in information www.gsa.gov); DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.201-7000, Contracting Officers Representative; DFARS 252.204-7000, Disclosure of Information; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.237-7000, Mortuary Services; DFARS 252.237-7002, Area of Performance; DFARS 252.237-7003, Requirements; DFARS 252.237-7004, Area of Performance; DFARS 252.237-7005, Performance and Delivery; DFARS 252.237-7006, Subcontracting; DFARS 252.237-7007, Termination for Default; DFARS 252.237-7008, Group Interment; DFARS 252.237-7009, Permits; DFARS 252.237-7011, Preparation History; DFARS 252.243-7001, Pricing of Contract Modifications. The clause at FAR 52.212-5, Contract Terms and Condition Required To Implement Statues Or Executive OrdersCommercial Items, applies to this acquisition and the following clauses cited within the clause is applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-9, Utilization of Small Business Concerns; 52.219-14, Limitations on Suncontracting; 52.222-3 Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; 52.232-36, Payment by Third Party; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires (Fill-in information: Employee Class, Monetary Wages-Fringe Benefits: Embalmer, #99095, $22.29, + $3.64 and Ambulance Driver, # 12010, 13.68, + $3.64); FAR 52.222-43, Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts). DFARS 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 following clauses cited within the clause are applicable: 52.203-3, Gratuities; 252.205-7000, Provisions of Information to Cooperative Agreement Holders; 252.243-7002, Requests for Equitable Adjustment. The contracting officer has determine that the following provisions are applicable to this acquisition: (1) 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 subcontractors manpower) required for performance of this contract. The Contractor is required to completely fill in all information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: a. Contracting Office, Contracting Officer, Contracting Officers Technical Representative; b. Contract number, including task and delivery order number; c. Beginning and ending dates covered by reporting period; d. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; e. Estimated direct labor hours (including subcontractor); f. Estimated direct labor dollars paid this reporting period (including subcontractors); g. Total payments (including subcontractors); h. Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each subcontractor if different); i. Estimated data collection cost; j. Organizational title associated with the Unit 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); k. Locations where Contractor and subcontractors perform the work (specified by zip code in the United states and nearest city, county, when in an oversea location, using standardized nomenclature provided on website; l. Presence of deployment or contingency contract language; and m. Number of Contractor and subcontractor 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 September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. (2) DOD Anti-Terrorism Standards: Pursuant to Department of Defense Instruction 200.16, DoD Anti-Terrorism Standards, each contractor employee who needs access to Fort Campbell, Kentucky, must complete Level I anti-terrorism awareness training and receive certificate of training. The training is publicly available at https://atlevel1.dtic.mil/at. Contractor shall provide certificates to the Contracting Officer. If an automated system is not available, contractor may conduct required training (i.e., as part of Quality Control or Safety training) and provide employees names and evidence of certification to the Contracting Officer. Offer are due not later than 1:00 PM (CST) 5 February 2009. Late offers received after the date and time set for receipt will not be considered for award and will be rejected. All responsible concerns may submit an offer, which will be considered by the agency. Submit offers to the Directorate of Contracting, ATTN: Shirley Banks, 2174 13 and one-half Street, Ft Campbell, KY 42223-5334. Point of Contact is Shirley Banks, 270-798-7857, shirley.banks@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a06543e3f11d15f5777aec8a47a46d06&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13.5 and Indiana Streets Fort Campbell KY<br />
Zip Code: 42223-1100<br />
 
Record
SN01736691-W 20090124/090122220543-a06543e3f11d15f5777aec8a47a46d06 (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.