SOLICITATION NOTICE
U -- Property and Evidence Training and Certification - Package #1
- Notice Date
- 4/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
- ZIP Code
- 22219
- Solicitation Number
- SAQMMA11Q0111
- Archive Date
- 5/7/2011
- Point of Contact
- Mark J. Bohac, Phone: 7038755840, Vincent J Sanchez, Phone: 703-875-6629
- E-Mail Address
-
Bohacmj@state.gov, SanchezVJ@state.gov
(Bohacmj@state.gov, SanchezVJ@state.gov)
- Small Business Set-Aside
- N/A
- Description
- SOLICITATION FOR PROPERTY AND EVIDENCE TRAINING AND CERTIFICATION 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. The attached solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-51. The associated North American Industrial Classification System (NAICS) code for this procurement is 541990 with a small business size standard of $7 million. The size standards are for the most part expressed in either millions of dollars (those preceded by "$") or number of employees (those without the "$"). A size standard is the largest that a concern can be and still qualify as a small business for Federal Government programs. For the most part, size standards are the average annual receipts or the average employment of a firm. How to calculate average annual receipts and average employment of a firm can be found in 13 CFR § 121.104 and 13 CFR § 121.106, respectively. The Department of State requires Property and Evidence Training and Certification as described in the attached solicitation (Statement of Work). ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the government to respond. Questions must be submitted in writing by April 15, 2011 at 4:00pm EST.*** Failure to comply with the attached terms and conditions may result in offer being determined as non-responsive. The Department of State requires registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. All quotes must be valid for 30 days from the closing date for this solicitation. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA11Q0111/listing.html)
- Place of Performance
- Address: Nationwide - CONUS, Washington D.C., District of Columbia, 20520, United States
- Zip Code: 20520
- Zip Code: 20520
- Record
- SN02423010-W 20110414/110412234850-bbfe02b7abed919d29deca4402a6e5ec (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 |