SOLICITATION NOTICE
R -- Prepare docuaments and provide systems management of Armor / non-armor protections / survifability
- Notice Date
- 9/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- ACA, NRCC, Installation - Fort Eustis, ATTN: ATZF-DPC, 2798 Harrison Loop Complex, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0-09-T-0078
- Response Due
- 9/11/2009
- Archive Date
- 11/10/2009
- Point of Contact
- SIBRENA NIXON-PEREZ, 757-878-2800
- E-Mail Address
-
ACA, NRCC, Installation - Fort Eustis
(sibrena.nixonperez2@us.army.mil)
- 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. 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 Mission Installation Contracting Command (MICC) intends to procure Tactical Wheeled Vehicle/Watercraft Requirement Management and Protection/Survivability Development for TRADOC Capability Manager for U. S. Army Training and Doctrine Command (TRADOC), for Fort Lee, VA. The request for quotation (RFQ) number is W911S0-09-T-0078. The RFQ document incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2006-012. This acquisition is set-aside 100% for Small Business and the NAICS Code is 541990, size standard $7.0 million. This requirement is firm-fixed price procurement and will be procured using commercial item procedures and award selection will be based on lowest price and technically acceptable Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this RFQ once a technical evaluation of offerors quotes has been evaluated to determine technical acceptability. Response Time: All quotes will be accepted by mail, facsimile, or email at the Mission and Installation Contracting Command Center Fort Eustis, ATTN: Sibrena Nixon-Perez, 2746 Harrison Loop, Fort Eustis, VA 23604-5292. Fax: (757) 878-2904. Electronic copies shall be submitted to sibrena.nixonperez2@us.army.mil, no later than 1000 EDST on 11 September 2009. All quotes shall be marked with the Request for Quotation Number, Date and Time. CLIN 1001, 2001, 3001, 4001 and 5001 Nonpersonal Service Tactical Wheeled Vehicle/Watercraft Management and Protection/Survivability Development for TRADOC Capability Manager Support Services (Refer to Pricing Schedule Attachment 1); CLIN 1002, 2002, 3002, 4002 and 5002 Travel not-to-exceed amount $63,000 annually. Performance Work Statement (Attachment 2); Contract Data Requirements List (CDRL 1449) (Attachment 3) and DD254 Contract Security Classification Specification (Attachment 4) and Wage Determination (Attachment 5). Place of Performance: Fort Lee, VA 23801. The following clauses are hereby incorporated: FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, 52.217-5, Evaluation of Options, 52.217-9, Option to Extend the Term of the Contract 52.219-6, Notice of Total Small Business Set-Aside, 52.219-14, Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126), FAR 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-36 Affirmative Action Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (E.O. 13201), 52.222-41 Service Contract Act of 1965, As Amended, 52.222-42 Statement of Equivalent Rates for Federal hires, 52.222-43, Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts), 52.222-54 Employment Eligibility Verification, 52.222-50, Combating Trafficking in Persons, 52.228-5, Insurance work on a Government Installation, FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332), 52.242-13, Notification of Bankruptcy, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.204-7003, Control of Government Personnel Work Product, 52.204-7004, Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests and receiving Reports (10 U.S.C. 2227), 252.227-7013 Rights In Technical Data Noncommercial Items, 252,227-7015 Technical Data Commercial Items, 252.227-7016, Rights in Bid or Proposal Information, 252.227-7020 Rights in Special Works, 252.227-7021, Rights in Data Existing Works, 252.227-7030 Technical Data Withholding of Payment, 252.227-7037, and Validation of Restrictive Markings on Technical Data. The offerors quote shall contain the following information: offerors quote number, date, name, address, terms of any warranties, price, any discount terms, best delivery date for FOB destination, and acknowledgement of all RFQ amendments (if applicable). Quote shall also contain all other documentation specified herein. Late offers: Quotes or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Note: All offerors shall be registered in the Central Contractor Registration (CCR) before being considered for award. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Point of Contract is Ms. Sibrena Nixon-Perez. Fax is 757-878-2904 or e-mail sibrenanixonperez@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/W91QF1/W911S0-09-T-0078/listing.html)
- Place of Performance
- Address: ACA, NRCC, Installation - Fort Eustis ATTN: ATZF-DPC, 2798 Harrison Loop Complex Fort Eustis VA
- Zip Code: 23604-5538
- Record
- SN01935171-W 20090903/090902003028-323d6c9dec89f49e5e6791b52c080882 (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 |