SOLICITATION NOTICE
U -- Successful Site Management training services for the Commander Navy Installations Command (CNIC), Housing Learning Center (HLC)
- Notice Date
- 5/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531311
— Residential Property Managers
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0005212Q63FP
- Response Due
- 6/5/2012
- Archive Date
- 6/12/2012
- Point of Contact
- Bridget Blaney 215-697-9628 bridget.blaney@navy.mil
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00052-12-Q-63FP. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Change Notice 2012-0420. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 531311 and the Small Business Standard is $2M. This action is solicited on a full and open basis and the award will be made on a Firm “Fixed Price, Commercial Item type purchase order. The NAVSUP Fleet Logistics Center Norfolk, Philadelphia office, requests responses from qualified sources capable of providing the following: CLIN 0001 -- (3 Each) Training Residential Site Management Courses CLIN 0002 -- (1 Lot) Travel Not to Exceed (NTE) Travel in accordance with the Joint Travel Regulations (JTR) Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, 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 Statutes or Executive Orders - Commercial Items including (b)(1) (4), (6),(8), (26), (27), (28), (29), (31), (33), (38), and (47). Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference (52.252-2, Clauses Incorporated By Reference) in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 242-204-7004 ALTA, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including, (b) (23) This announcement will close 3:00 PM on 5 June 2012. Contact Bridget Blaney who can be reached at 215-697-9628; email bridget.blaney@navy.mil; or facsimile at 215-697-5418. All responsible sources may submit a quote which shall be considered by the agency. Oral communications are not acceptable in response to this notice. It is strongly recommended that quotes be sent via email to bridget.blaney@navy.mil. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0005212Q63FP/listing.html)
- Place of Performance
- Address: Commander Navy Installations Command (CNIC)
- Zip Code: 716 Sicard Street, SE, Suite 1000, Washington Navy Yard, DC
- Zip Code: 716 Sicard Street, SE, Suite 1000, Washington Navy Yard, DC
- Record
- SN02761618-W 20120601/120531000138-94c5b8dab940f11965ec5ddae0ff13d9 (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 |