SOLICITATION NOTICE
R -- SITEX AND TACTICAL LEVEL SUSTAINMENT TRAINING - Statement of Work
- Notice Date
- 4/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road, Norfolk, Virginia, 23521
- ZIP Code
- 23521
- Solicitation Number
- H92243-10-T-TC08
- Archive Date
- 4/15/2010
- Point of Contact
- Patricia Cresswell, Phone: 757-763-2440, Beverly P Fittro, Phone: 757-763-2412
- E-Mail Address
-
Trisha.Cresswell@nsweast.socom.mil, Beverly.Fittro@nsweast.socom.mil
(Trisha.Cresswell@nsweast.socom.mil, Beverly.Fittro@nsweast.socom.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- SOW FOR ST4 SITEX 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; quotations are being requested and a written solicitation will not be issued. Solicitation H92243-10-T-TC08 is issued as a request for quotation (RFQ) and this is notice that NSWG2 Logistics Support Contracting Office, JEB Little Creek, Virginia Beach, VA, 23459 intends to award a single firm fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. This procurement is 100% set-aside for Service Disabled Veteran Owned Small Business. The associated NAICS code is 611430 and the Small Business Size Standard is $7.0M. Line item 0001: 1 Lot: Naval Special Warfare Squadron FOUR (NSWRON-4) will conduct SITEX and tactical level sustainment training in the vicinity of Hampton Roads, VA and Hurlburt Field, FL from date of award (anticipated April 16) thru 1 Sep 2010. The purpose of this training is to exercise tactical, command and control, and support elements under realistic conditions that replicate the scale, diversity, and complexity of the operational environments currently encountered during overseas combat deployments. This attached Statement of Work (SOW) describes the work necessary to effectively support the stated training objectives and satisfy the commander's intent for training. The contractor shall provide the required training support in accordance with the specific mission requirements identified in this document. The provision at FAR 52.212-1 -- Acquisition of Commercial Items Provisions and Clauses applies to this acquisition. Only written questions regarding this announcement will be accepted. All questions pertaining to this solicitation must be submitted in writing no later than April 07, 2010 at 12:00pm eastern time. FAR 52.212-2 - Evaluation - Commercial Items (Jan 1999). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in order of importance: Technical capability, past performance and price. Technical capability and past performance are significantly more important than price. Provide two (2) examples of orders where same/similar work has been performed by your company within the past three (3) years. Offerors to include a completed copy of the provision at 52.212-3, Offeror Representation and Certification-Commercial Items with its offer which can be found at https://farsite.hill.af.mil/ The clauses at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. Note that you must be registered in the Central Contractor Registration system to be considered for the award. Registration is free and can be completed online at http://www.ccr.gov Representations and Certifications shall be completed via the ORCA website https://orca.bpn.gov The following provisions and clauses apply to this acquisition: FAR 52.203-3 - Gratuities FAR 52.203-6 ALT I Restrictions on Subs FAR 52.204-2 - Security Requirements FAR 52.204-7 - Central Contractor Registration FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation) FAR 52.219-27 - Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside 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 FAR 52.222-37 - Employment Reports FAR 52.222-50 - Combating Trafficking in Persons FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.233-3 - Protest After Award FAR 52.252-6 -- Authorized Deviations in Clauses DFARS 252.204-7004 Al t A - Central Contractor Registration DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 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 and Receiving Reports DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.243-7001-- Pricing of Contract Modifications DFARS 252.243-7002 - Equitable Adjustment SOFARS 5652.204-9003- Disclosure of Unclassified Information (2007) Quotations are due in writing no later than 14 April 2010 by 12:00 PM Eastern Time. Email: Trisha.Cresswell@nsweast.socom.mil or fax 757-462-2434.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92243-10-T-TC08/listing.html)
- Place of Performance
- Address: 1300 Helicopter Road, Bldg 3854, Virginia Beach, Virginia, 23459, United States
- Zip Code: 23459
- Zip Code: 23459
- Record
- SN02111902-W 20100404/100402235807-1540f15829cd720d68fb7efc5e2a06a4 (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 |