SOLICITATION NOTICE
R -- (QTY2) SCOPISTS
- Notice Date
- 3/2/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561410
— Document Preparation Services
- Contracting Office
- M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
- ZIP Code
- 00000
- Solicitation Number
- M0068112T0028
- Response Due
- 3/9/2012
- Archive Date
- 3/24/2012
- Point of Contact
- Sgt Torey J. Fezer 760 725 3236
- E-Mail Address
-
Sgt Torey J. Fezer
(torey.fezer@usmc.mil)
- 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, 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 number M00681-12-T-0028 is being issued as a Request for Quotation (RFQ). This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 and the Defense Federal Acquisition Regulation Supplement, current to DPN 20120224. The North American Classification System Code is 561410 and the small business size standard is $7M. This acquisition is a 100% SMALL BUSINESS SET-ASIDE. Any quotations received from concerns other than small businesses will not be considered for award. Legal Service Support Section (LSSS) has a requirement for two (2) scopists to assist in the transcription of the record of trials. SEE ATTACHED STATEMENT OF WORK. The Government will award two (2) contracts resulting from this solicitation to the responsible businesses whose quotations conform with the Statement of Work and will be most advantageous to the Government. The following FAR Clauses/Provisions apply: 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors Commercial Items; 52.212-2, Evaluation factors will be based on price, technical capability and past performance; 52.212-3, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items incorporating: 52.222-50, Combating Trafficking in Persons 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentations; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restriction on Certain Foreign Purchases; 52.219-1, Small Business Program Representations; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.222-22, Previous Contracts and Compliance Reports; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; The following DFAR Clauses also apply: 252.201-7000, Contracting Officer's Representative; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7000, Disclosure of Information; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items incorporating: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests. 252.232.7010, Levies on Contract Payments Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications Commercial Items with their quote. The quoter should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the CCR, visit www.ccr.gov. Quoters are required to be registered in Wide-Area Work Flow. Quoters can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. A quotation for this request shall be submitted via regular mail to: Camp Pendleton Regional Contracting Office, Attn: Torey J. Fezer, P.O. Box 1609, Oceanside, CA 92055-1609; emailed to: torey.fezer@usmc.mil; faxed to: 760-725-4346; or hand delivered to: Regional Contracting Office, Bldg 22180, Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before March 9th, 2011, at 12:00 p.m. Pacific Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068112T0028/listing.html)
- Record
- SN02687601-W 20120304/120302234305-026a67a2bbf5ce9fcb9eaa9d2dc564c1 (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 |