Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2012 FBO #3798
SOLICITATION NOTICE

U -- Chemical Biological Incident Response Force Table Top Training Exercise Coordination/Facilitation

Notice Date
4/16/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
M20364 USMC CHEMICAL BIOLOGICAL INCIDENT RESPONSE FORCE 4th Marine Expeditionary Brigade (AT) NSWC, 101 Strauss Avenue, Bldg. 901 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
M2036412Q0004
 
Response Due
4/29/2012
 
Archive Date
5/14/2012
 
Point of Contact
GySgt Randall Chatfield 301-744-2094
 
E-Mail Address
GySgt Randall Chatfield
(randall.chatfield@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and 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 M20364-12-Q-0004 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49 and the Defense Federal Acquisition Supplement (DFARS), current to DPN 20110214. The North American Industry Classification System (NAICS) Code is 611430 and the small business size standard is $7 million. This acquisition is set-aside 100% for Small Businesses. Quotes received from concerns that are not a small business shall be considered nonresponsive and will be rejected. See the attached Statement of Work for further details of the requirement. 2) List of Items Requested: (see attached Statement of Work for detailed requirement information) CLIN 0001: Planning, Coordination, and Execution of one (1) Table Top Training Exercise (TTTX) in FEMA Region III or V; to be conducted in July 2012. 3) Clauses/Provisions: (see http://farsite.hill.af.mil) The following FAR Clauses/Provisions apply: 52.204-7, Central Contractor Registration. 52.212-1, Instructions to Offerors “Commercial Items. 52.212-2, Evaluation-Commercial Items. 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 52.219-6, Notice of Total Small Business Set-Aside. 52.219-28, Post-Award Small Business Program Rerepresentation. 52.222-3, Convict Labor. 52.222-19, Child Labor “Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Handicapped Workers. 52.222-42, Statement of Equivalent Rates for Federal Hires. 52.223-15, Energy Efficiency in Energy-Consuming Products. 52.223-18, Contractor Policy to Ban Text Messaging while Driving. 52.225-13, Restriction on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration). 52.252-2, Clauses Incorporated by Reference. The following DFAR Clauses apply: 252.204-7004, Alt A, Central Contractor Registration. 252.211-7003, Item Identification and Valuation. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. 252.225-7001, Buy American Act and Balance of Payments Program. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests). 4) Contractors responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications “Commercial Items with their quote. The contractor should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number (TIN). Contractors must be registered in the Central Contractor Registration to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the CCR, visit https://www.bpn.gov/ccr/default.aspx Contractors are also required to be registered in Wide-Area Work Flow; contractors can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. 5) Quotations for this request may be submitted electronically to GySgt Randall Chatfield at randall.chatfield@usmc.mil; faxed to 301-744-2018; or sent via regular mail to the CBIRF Contracting Office, Attn: GySgt Randall Chatfield, 3399 Strauss Ave, Suite 219, Indian Head, MD 20640. Written, facsimile, or emailed quotes and required information must be received at this office on or before 04 April 2011 at 1:00 p.m. Eastern Standard Time. 6) Basis for contract award: This acquisition will utilize Lowest Price Technically Acceptable (LPTA) procedures in accordance with FAR 15.101-2. Technical tradeoff will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose proposal conforms to the solicitation/RFQ requirements, specifically Section B or the Line Items. The solicitation/RFQ requirements include all stated terms, conditions, representations, certification, and other information required by this solicitation/RFQ. The Government reserves the right to award without discussions; therefore, each initial quote should contain the contractor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. In addition, quotes will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating proposals, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this request, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M20002/M2036412Q0004/listing.html)
 
Place of Performance
Address: CBIRF Naval Surface Warfare Center 521 Patterson Road, Indian Head, MD
Zip Code: 20640
 
Record
SN02722889-W 20120418/120416234730-ff0992b20b095131d37b563604047746 (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.