SOLICITATION NOTICE
R -- LEGISLATIVE SERVICES
- Notice Date
- 12/15/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541820
— Public Relations Agencies
- Contracting Office
- M62974 MARINE CORPS AIR STATION YUMA - CONTRACTING OFFICE YUMA, AZ
- ZIP Code
- 00000
- Solicitation Number
- M6297410T8013
- Response Due
- 12/22/2009
- Archive Date
- 1/6/2010
- Point of Contact
- FRANCES CERKA 928-269-2790 RETA HICKS 928-269-6098
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice, and FAR Part 13. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation number M62974-10-T-8013 is issued as a Request for Quotation (RFQ). This solicitation document incorporates provisions and clauses in effect through FAC 2005-19. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word offer or a derivative of that word appears, it is changed to quote or a derivative of that word. Where the word proposal or a derivative of that word appears, it is changed to quote or a derivative of that word. THIS SYNOPSIS/SOLICITATION IS 100% SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) code is 541820 and associated size standard is $7.0 for this small business set-aside. The Standard Industry Code (SIC) is 8743. THE GOVERNMENT will award a firm-fixed price contract. It is the intent to issue a single contract award. Award will be made as most advantageous to the Government taking into consideration Price, Past Performance, Experience, Work Plan, and Contractor Confirmation to meet the contract start date of 1 Jan 2010. MARINE CORPS AIR STATION, Yuma, (MCAS Yuma) AZ has a requirement for legislative services. This is a non-personal services contract. A statement of work is provided as an attachment to this combined synopsis. The statement of work will provide all offerors with all information pertaining to the requirement and is incorporated into this combined synopsis. Contract Base year is 1 Jan 2010 through 31 Dec 2010 and the Option Year, if exercised, is 1 Jan 2011 through 31 Dec 2011. CONTRACT BASE YEAR ITEMS 0001AA, 0002AB, OPTION YEAR ITEM 0003AA, AND OPTION YEAR ITEM 0004AB ARE LABOR HOURS. CONTRACTOR IS TO PROVIDE THE UNIT PRICE AND CARRY OUT THE TOTAL FOR EACH OF THE CONTRACT ITEMS. BASE YEAR ITEM 0002AA AND OPTION YEAR ITEM 0004AA ARE NOT TO EXCEED AMOUNTS IDENTIFIED BY THE GOVERNMENT. CONTRACTOR IS TO INCLUDE THAT PROVIDED COST IN THEIR QUOTE. CLIN 0001AA - PROVIDE LEGISLATIVE SERVICES. 1 Jan 2010 through and including 31 Dec 2010. Provide legislative services identified in the statement of work. Services are routine services which are performed independently and Contracting Officer Representative (COR) assigned services. 300 hours are the quantity and unit to be priced. CLIN 0002AA - TRAVEL REIMBURSEMENT. 1 Jan 2010 through and including 31 Dec 2010. Travel reimbursement as identified in the statement of work. This is a not to exceed quantity and unit of $1,000.00 to be added to contractor quote. CLIN 0002AB - TRAVEL TIME. 1 Jan 2010 through and including 31 Dec 2010. Labor travel time as identified in the statement of work. 8 hours are the quantity and unit to be priced. OPTION YEAR CLIN 0003AA - PROVIDE LEGISLATIVE SERVICES. 1 Jan 2011 through and including 31 Dec 2011. Provide legislative services identified in the statement of work. Services are routine services which are performed independently and Contracting Officer Representative (COR) assigned services. 402 hours are the quantity and unit to be priced. OPT ION YEAR CLIN 0004AA - TRAVEL REIMBURSEMENT. 1 Jan 2011 through and including 31 Dec 2011. Travel reimbursement as identified in the statement of work. This is a not to exceed quantity and unit of $1,300.00 to be added to contractor quote. OPTION YEAR CLIN 0004AB - TRAVEL TIME. 1 Jan 2011 through and including 31 Dec 2011. Labor travel time as identified in the statement of work. 40 hours are the quantity and unit to be priced. OFFEROR MUST demonstrate in writing and provide as a part of their quote, their (a) Experience and understanding in dealing with the Arizona legislative process and ability to monitor and track Arizona legislation, (2) Experience working on an professional level with State of Arizona elected officials regarding military installations or military personnel in the State of Arizona, (3) Experience in working with military organizations on various types of legislative issues, (4) Provide a brief Work ! Plan (2 to 3 Pages long) describing how you intend to perform all work requirement in the Statement of Work (SOW) under this Request for Quote, (5) provide a minimum of two references that can confirm your knowledge and experience of the above factors one (1) through three (3). References shall contain the point of contact name, company name (if applicable), telephone number, fax number, and complete address. It is preferred that the references be points of contact for which you have provided similar services for the military, and (6) Written confirmation that offeror can begin performance on 1 Jan 2010. ALL VENDORS submitting a quote are notified that you must be active in the Central Contractor Registration Database to be considered for award. The website for registration is www.ccr.gov. All responsible business sources may submit a quote which shall be considered by the agency. Parties wishing to respond to this solicitation shall provide this office with the following: a written price quote on company letterhead for the requested items showing unit price, extended price, FOB point, prompt payment terms, correct remittance address, Cage Code, DUNS Number, Tax Identification Number, full name and phone number of vendor's point of contact, and a ! completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Clauses may be obtained at web site http://farsite.hill.af.mil. Quotes may be submitted via US Postal Service to Commanding Officer, I&L Contracting, Box 99133, Yuma, AZ 85369-9133 ATTN: Frances Cerka. FEDEX quotes may be submitted to I& L Contracting Division, Bldg 328 West, 2nd Floor, Marine Corps Air Station, Yuma, AZ 85369-9133 ATTN: Frances Cerka. Quotes may be submitted to ATTN: Frances Cerka via fax at 928-269-2287 or email frances.cerka@usmc.mil. Offerors bear the burden of ensuring that all pages of the quote reach the designated office before the deadline specified in this solicitation. Only written quotes are acceptable and must be received and identified by RFQ M62974-10-T-8013 by 4:00 PM (MT) on 22 DEC 2009. Contact Frances Cerka at 928-269-2790 for information regarding this solicitation. ACCEPTANCE AND PAYMENT - Contractor shall be reimbursed for completed work performed as certified by the Government point of contact. Invoices will be submitted electronically through Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7003. This is a paperless system which allows the vendor to submit their invoice electronically and the Government to accept the invoice electronically. The Two-In-One Invoice/Receiving Report shall be utilized for this service work. Additional information on WAWF can be obtained at https://wawf.eb.mil. INSTALLATION ACCESS - MCAS Yuma has security requirements and restrictions. The contractor, contractor employees, and contractor subcontractors shall comply with these requirements. Failure to comply with security requirements does not relieve the contractor of performance requirements. Specific access installation information is identified in the Statement of Work. THE FOLLOWING CLAUSES and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.219-28 Post Award Small Business Representation; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with the following applicable clauses under Para (b): (5)(i) 52.219-6 Notice of Small Business Set-Aside (14) 52.222-3 Convict Labor (15) 52.222-19 Child Labor (16) 52.222-21 Prohibition of Segregated Facilities (17) 52.222-26 Equal Opportunity (23) 52.225-1 Buy America! n Act (31) 52.232-33 Payment by Electronic Funds Transfer, 52.222-41 Service Contract Act of 1965 and 52.222-43 Fair Labor Standards Act and Service Contract Act; FAR 52.215-5 Facsimile Proposals; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, with the following applicable clauses for Para (b): (4) 252.225-7001 Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests; FAR 52.2233-1 Disputes; FAAR 52.233-3 Protest after Award; FAR 52.243-1 Alt 1 Changes-Fixed Price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M62974/M6297410T8013/listing.html)
- Record
- SN02024213-W 20091217/091215234929-a3f435e7f2be7c280ad76f4dd0e8dfd8 (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 |