SOLICITATION NOTICE
U -- TRIDENT SPECTRE 2010 TRAINING - STATEMENT OF WORK
- Notice Date
- 4/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- 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-LH06
- Archive Date
- 4/16/2010
- Point of Contact
- Lou E Hemmings, Phone: 757-763-2442, Beverly P Fittro, Phone: 757-763-2412
- E-Mail Address
-
lou.hemmings@nsweast.socom.mil, Beverly.Fittro@nsweast.socom.mil
(lou.hemmings@nsweast.socom.mil, Beverly.Fittro@nsweast.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- STATEMENT OF WORK FOR TRIDENT SPECTRE 2010 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 H92243-10-T-LH05 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 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 Small Business. The associated NAICS code is 611699 and the Small Business Size Standard is $7.0M. CLIN 0001 - 1 LOT - Mission Critical Training on Numerous Equipment Operations by Deploying Personnel in accordance with the Statement of Work. Contractor to provide pre, during and post TRIDENT SPECTRE 2010 (TS10) training and integration event support for approved Trident Spectre technology capability. The contractor shall provide support to Trident Spectre 2010 from April 19 - May 07, 2010. Provide detailed specifications for your course information and proof of your company meeting the experience qualifications as proposed in the SOW. 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 by 3:00 p.m. Thursday, April 08, 2010. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 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 will be used to evaluate offers: technical capability, past performance, and price. Technical capability and past performance are equally 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 FAR 52.212-3, Offeror Representation and Certification - Commercial Items with its offer which can be found at https://www.farsite.hill.af.mil/ The Clauses at FAR 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 52.212-1 Acquisition of Commercial Items Provisions and Clauses FAR 52.204-2 Security Requirements FAR 52.204-7 Central Contractor Registration FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (Deviation) FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-3 Convict Labor FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law For Breach Of Contract Claim FAR 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation FAR 52.243-1 Changes -- Fixed-Price FAR 52.247-34 F.o.b. Destination FAR 52.252-2 Clauses Incorporated By Reference FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.204 7004 Alt 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 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments and DFARS 252.243-7001 Pricing of Contract Modifications SOFARS 5652-204-9003 Disclosure of Unclassified Information (2007) Quotations are due in writing no later than 15 April 2010 by 4:00 p.m. Email: lou.hemmings@nsweast.socom.mil or fax 757-462-2434.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92243-10-T-LH06/listing.html)
- Place of Performance
- Address: JEB FORT STORY, VIRGINIA BEACH, Virginia, 23459, United States
- Zip Code: 23459
- Zip Code: 23459
- Record
- SN02117088-W 20100410/100408235625-30f957f70d816f3d6ce8ed1e0098676d (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 |