SOLICITATION NOTICE
P -- Facility Master Planning Support Services
- Notice Date
- 8/29/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W9124809QA042
- Response Due
- 9/10/2009
- Archive Date
- 11/9/2009
- Point of Contact
- SaLonda M. Ozier, 270-798-7810
- E-Mail Address
-
ACA, Fort Campbell
(salonda.m.ozier@us.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned 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; quotes are being requested and a written solicitation will not be issued. Solicitation number W91248-09-Q-A042 is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those included through Federal Acquisition Circular 2005-36. Acquisition is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The NAICS Code is 541611 and the small business size standard is $6.5 million. Offer schedule with contract line item numbers and items, quantities and units of measure, Performance Work Statement, and Wage Determination are attached. Performance period is for a base and four (4) 12-months option periods. The provision at 52.212-1 Instructions to OfferorsCommercial Items, is applicable and is tailored as follows: Paragraphs (b)(5), (d), (e), (h), and (i) are deleted. This provision is also addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information - www.gsa.gov); 52.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.216-1 Type of Contract (Fill-in information, firm fixed-price); 52.217-4 Evaluation of Options; and 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting. The provision at 52.212-2 EvaluationCommercial Items is applicable; evaluation factors are Technical (Qualifications/Experience) and Price. Technical is slightly more important than Price. 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 the following documents with offers: Completed Offer Schedule; Narrative to address Qualifications/Experience of proposed personnel; Completed copy of FAR Provision 52.212-3, Offeror Representations and CertificationsCommercial Items, and DFARS Provision 252.212-7000 Offeror Representations and CertificationsCommercial Items or a statement that Representations and Certifications are available at the ORCA website; financial and customer references (name of financial institution where business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers). Also provide a brief description of previous contracts: services provided, the length of the contract or agreement, and the dollar value, point of contact and telephone number. This information will be used to determine responsibility for the successful offeror. The clause at 52.212-4, Contract Terms and ConditionsCommercial Items, applies to this acquisition, and is addended to incorporate the following clauses: 52.217-8 Option to Extend Services (Fill-in information: 60 calendar days); 52.217-9 Option to Extend the Term of the Contract (Fill-in information: Paragraph (a) 60 calendar days in both places, Paragraph (c) 60 calendar months; 52.228-5 Insurance--Work on a Government Installation; 52.232-17 Interest; 52.252-2 Clauses Incorporated by Reference (Fill-in information www.gsa.gov); 252.201-7000 Contracting Officers Representative; 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Required Central Contractor Registration; 252-242-7000 Postaward Conference; and 252.243-7001 Pricing of Contract Modifications. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.203-6 Restrictions on Subcontractor Sales to the Government Alt 1; 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 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 theVietnam 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; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50 Combating Trafficking in Person; 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration; 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: (Engineering Technician VI, #30086, $27.93/$3.77); 52.222-43 Fair Labor Standards Act and Service Contract ActPrice 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 additional DFARS clauses cited within the clause are also applicable: 52.203-3 Gratuities; 252.205-7000 Provision of Information to Cooperative Agreement Holders; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002 Certification of Requests for Equitable Adjustment; and 252-247-7024 Notification of Transportation of Supplies by Sea. Offers are due not later than 3:00 P.M. CT 10 September 2009. All responsible concerns may submit an offer which will be considered by the agency. Offers received after 3:00 P.M. CT 10 September 2009 will be rejected and not considered for award. Submit offers to Mission & Installation Contracting Command, Directorate of Contracting, ATTN: June Fletcher-Schiewe, 2172 13 Street, Fort Campbell, KY 42223-5334. Point of Contact is Ms. Fletcher-Schiewe, 270-798-3441, linda.j.fletcherschiewe@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK09/W9124809QA042/listing.html)
- Place of Performance
- Address: MICC, Fort Campbell Directorate of Contracting, Building 2174, 13 1/2 Indiana Street Fort Campbell KY
- Zip Code: 42223-5355
- Zip Code: 42223-5355
- Record
- SN01933165-W 20090831/090829234229-b8e4c6bc5b440e1e5d58effc9d8ccc73 (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 |