Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2010 FBO #3081
SOLICITATION NOTICE

U -- Foreign Internal Exercise Support 2010 - Statement of Work - Instructions To Offerors

Notice Date
4/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, MARSOC, Building H-1, Floor 1GS, Camp Lejeune, North Carolina, 28542, United States
 
ZIP Code
28542
 
Solicitation Number
H92257-10-Q-0012
 
Point of Contact
Gabriel R Shipley, Phone: 910-440-0776
 
E-Mail Address
gabriel.shipley@usmc.mil
(gabriel.shipley@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Special Instructions to offerors. Specific requirement description. COMBINED SYNOPSIS/SOLICITATION FOR FIDEX 2010 Exercise Role Player Support PR#: M2093010SU00045 Solicitation#: H92257-10-Q-0012 FSC: U099 Other Education & Training services ***SEE ALSO “INSTRUCTIONS TO OFFERORS” ATTACHMENT*** This is a combined synopsis/solicitation for commercial services 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 acquisition is a 100% set-aside for Small Business concerns only. Solicitation number H92257-10-Q-0012 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005–38 and DFARS Change Notice DCN 20091229. The associated NAICS codes typical of this type of requirement are: 541990 All Other Professional, Scientific and Technical Services $7.0 611430 Professional and Management Development Training $7.0 611699 All Other Miscellaneous Schools and Instruction $7.0 U.S. Marine Corps Forces Special Operations Command, Camp Lejeune North Carolina, has a one-time requirement to procure: CLIN 0001: Foreign Internal Defense Exercise Support (FIDEX) 2010 Exercise support This requirement is for the planning and execution of an Intellegence Exercise to take place 16-27 August 2010. Details beyond the actual exercise are located in the attached Statement of Work (SOW). Delivery Location: All Planning conferences and actual exercise support will take place aboard Camp Lejeune, NC. The Government anticipates award of a single FFP contract. The evaluation factors for this RFQ in descending order of precedence are: technical capability, delivery, past performance and price. The Government intends to make award based on best value. “Best value” means the expected outcome of the acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement. The Government intends to award one contract as a result of this solicitation; however, the Government also reserves the right to award no contract at all, depending on the quality of offers, received. The provisions and clauses can be found at: FAR website: http://www.arnet.gov/far and DFARS website: http://www.acq.osd.mil/dpap /dars/dfarspgi/current/index.html. SOFARS website: http://farsite.hill.af.mil/reghtml/regs/other/ussocom/ussocom1toc.htm CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-6 ALT I Restrictions on Subcontractor Sales to the Government (SEP 2006) – Alternate I (Oct 1995) FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) FAR 52.203-12 Limitations on Payments to Influence Certain Federal Transactions (SEP 2007) FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper (AUG 2000) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.209-5 Certification Regarding Responsibility Matters (DEC 2008) FAR 52.209-6 Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (SEP 2006) FAR 52.212-1 Instructions to Offerors Commercial Items (APR 2008) FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (AUG 2009) FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUN2009) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52-219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor—Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) Alternate I (DEC 2001) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) FAR 52.232-17 Interest (OCT 2008) FAR 52.232-23 Assignment of Claims (JAN 1986) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.233-1 Disputes (JUL 2002) FAR 52.233-2 Service of Protest (SEP 2006) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.242-13 Bankruptcy (JUL 1995) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) DFARS 252.204-7000 Disclosure of Information (DEC 1991) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) DFARS 252.209-7004 Subcontracting with Firms that Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) SOFARS 5652.204-9000 Individual Authorized to Sign (2003) SOFARS 5652.233-9000 Independent Review of Agency Protests (2009) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. 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, in descending order of precedence, shall be used to evaluate offers: technical capability, delivery, past performance, and price. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.253-1 Computer Generated Forms DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (JUN 2005) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9003 Disclosure of Unclassified Information (NOV 2007) SOFARS 5652.204-9002 Instruction for the Use of Electronic Contracts (NOV 2007) SOFARS 5652.252-9000 Notice of Incorporation of Section K (FEB 2007) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is GySgt Gabriel Shipley, telephone (910) 440-0776, RR400 Rifle Range Rd., Sneads Ferry, NC 28460. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Area Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. This combined synopsis/solicitation will not be available electronically on the Navy Electronic Commerce Online (NECO) World Wide Web site (www.neco.navy.mil). All proposals, bids and/or quotes submitted shall be the Contractor's Best Quote as it is the Government's intent to entertain one final quote only; this includes any discounts on volume. Submit all proposals, bids and/or quotes to GySgt Gabriel Shipley via mail, UPS, Fedex or email to gabriel.shipley@usmc.mil. GySgt Gabriel Shipley can be contacted for information regarding the solicitation by email at gabriel.shipley@usmc.mil, or telephone number (910) 440-0776 Address: Attn: GySgt Gabriel Shipley., U.S. Marine Corps Forces Special Operations Command, Stone Bay, Contracting G-4, Bldg RR400 Rifle Range Rd, Sneads Ferry, NC 28460. It is the contractors responsibility to ensure that quotes are received by the listed Contracting Officer by the due date/time listed below. All questions are due in writing to the Contracting Officer on 10 May 2010 by 1200PM/Noon Eastern Standard Time (EST). Quotes are due no later than 24 May 2010 by 1200PM/Noon EST at U.S. Marine Corps Forces Special Operations Command, Stone Bay, Contracting G-4, Bldg RR 400 Rifle Range Rd, Sneads Ferry, NC 28460. *** Additional information located in the “Instructions to Offerors” attachment. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/MARSOC/H92257-10-Q-0012/listing.html)
 
Place of Performance
Address: Camp Lejeune North Carolina, Camp Lejeune, North Carolina, 28455, United States
Zip Code: 28455
 
Record
SN02137942-W 20100502/100501000119-33d0c4ca7895ec5bfff79facd52a26e3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.