SOLICITATION NOTICE
R -- FAMILY PREVENTION SPECIALIST
- Notice Date
- 8/27/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 2746 Harrison Loop, Ft. Eustis, VA 23604
- ZIP Code
- 23604
- Solicitation Number
- W911S0-10-T-0049
- Response Due
- 8/31/2010
- Archive Date
- 2/27/2011
- Point of Contact
- Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
- E-Mail Address
-
clientservices@fedbid.com;
- 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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W911S0-10-T-0049 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 624190 with a small business size standard of $7.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-08-31 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT MONROE, VA 23651 The USA ACC MICC Fort Eustis requires the following items, Meet or Exceed, to the following: LI 001, Requested Specification: Family Advocacy Program (FAP) Prevention Specialist and Victim Advocate. (See attached Performance Work Statement (PWS). Base Year (dated of award 30 September 2010 - 15 September 2011). Requirement is subject to availability of funds., 1, EA; LI 002, TRAINING/TRAVEL COSTS. This CLIN is cost reimbursable. The government will only reimburse the contractor for actural costs incurred in accordance with the Joint Travel Regulation. This is a Not to Exceed CLIN (NTE) and the contractor shall not exceed $3,000 per year unless approved in writing by the Contracting Officer or Contracting Officer Respresentative (COR). All receipts must be included with your invoice when submitting payments under this CLIN, 1, EA; LI 003, CONTRACTOR MANPOWER REPORTING (CMR). The contractor is required to report the required information to the CMR system, web address: https://contractmanpower.army.pentagon.mil or though the requiring activity, as defined in the performance work statement. contractors may direct question to the help desk at (703) 377-6199., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Eustis intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Eustis is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. EFFECTIVE JAN 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52.204-7, Central Contractor Registration; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 52.217-8, Option to Extend Services (Nov 1999); 52.217-9, Option to Extend the term of the Contract (Mar 2000); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009) The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. "As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding 6 months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and the option periods. Offerors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period." The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. ALL BIDDERS ARE REQUIRED TO SUBMIT A RESUME AND REFERENCE. PLEASE PROVIDE RECENT NAME, TELEPHONE NUMBER AND ADDRESS OF REFERENCE. Price, technical capability and past performance. The elements that will be used are excellent, good, satisfactory, and neutral.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/40d9bb07f7673eee6c6f64c6dbc5984a)
- Place of Performance
- Address: FORT MONROE, VA 23651
- Zip Code: 23651
- Zip Code: 23651
- Record
- SN02258200-W 20100829/100827235538-40d9bb07f7673eee6c6f64c6dbc5984a (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 |