SOLICITATION NOTICE
W -- Watercraft Transportation Support
- Notice Date
- 6/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 483212
— Inland Water Passenger Transportation
- Contracting Office
- MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R-12-T-1032
- Response Due
- 6/12/2012
- Archive Date
- 8/11/2012
- Point of Contact
- Kimberly Ross, 928-328-3314
- E-Mail Address
-
MICC Center - Yuma Proving Ground
(kimberly.r.ross14.civ@mail.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 Effective 18 May 2012 and Defense Federal Acquisition Regulation Supplement (DFARS), current to DPN 20120522 (Effective 22 May 2012) Edition. This solicitation is being issued as a Request for Quotation (RFQ) under Solicitation Number W9124R-12-T-1032. The solicitation is issued as a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 483212 with a size standard of 500 employees. All prospective bidders must be actively registered in the Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/ccr/default.aspx. Competition is for a Time and Materials (T&M) type contract. It is anticipated that payment will be made by Defense Finance and Accounting Service (DFAS) through Wide Area Workflow (WAWF). Offerors shall account for any costs associated with accepting payment. Quotes are being solicited on a Lowest Price Technically Acceptable (LPTA) basis. This CSS is Subject to the Availability of Funds (SAF) in accordance with FAR 52.232-18. This requirement is for watercraft transportation in support of an operational test scenario taking place at Martinez Lake, AZ. A licensed watercraft and certified operator is required to transport up to 12 personnel and approximately 200lbs of equipment during scenario testing to be conducted during late June at the U.S. Army Yuma Proving Ground (USAYPG). The requirement includes, but is not limited to pick-up, transportation and drop-off (launch), of international military personnel and their equipment. The international military exercise will encompass both day and night operations. The successful offeror shall provide services on USAYPG in accordance with the Performance Work Statement (PWS) in Attachment 1. All interested concerns must submit a quotation following the Contract Line Item Number (CLIN) format in Attachment 2 with proposed number of crew members and type of vessel with the associated hourly rates in addition to the documentation demonstrating their certifications, licensing, and capability to provide the services. This RFQ closes on Tuesday, 12 June 2012 at 1:00 PM Mountain Standard Time (MST). Offers shall be clearly marked with RFQ referencing number #W9124R-12-T-1032 and emailed to the Point of Contact (POC) listed below or sent by facsimile to 928-328-6534 no later than the closing date and time. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name, address, Dun & Bradstreet Data Universal Numbering System (DUNS) number, and Tax Identification Number (TIN); (2) POC with telephone and facsimile numbers and email address; (3) Completed the annual representations and certifications at the Online Representations and Certifications Application (ORCA) website (https://orca.bpn.gov/), and submit a signed copy of FAR Clause 52.212-3(b); or a completed copy of FAR 52.212-3, Representations and Certifications with Alternate I. Note: In order to complete the Representations and Certifications go to the Air Force Website at http://farsite.hill.af.mil, locate the referenced provision, copy and paste it to a Word document and complete.; (4) Proposed price, Arizona vendors are to include the Arizona Transaction Privilege Tax; and (5) Acknowledgment of Solicitation Amendments, if applicable. Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accesses in full text at http://farsite.hill.af.mil. The CSS and all other associated documentation are located at the Mission & Installation Contracting Command Center - Yuma web site at: http://www.yuma.army.mil/site_contracting.asp. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provisions: 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation (May 2011) 52.212-1, Instructions to Offerors of Commercial items (Feb 2012) 52.212-3, Offorer Representations and Certifications Commercial Item (Apr 2012) with Alternate I (Apr 2011) 52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition (Feb 2007) FAR Clauses: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2012) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2012) with Alternate I (Oct 2008) FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Order Commercial Items (May 2012) Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (May 2012) 52.219-6, Notice of Total Small Business Aside (Nov 2011) 52.219-28, Post-Award Small Business Program Representation (Apr 2012) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.222-41, Service Contract Act of 1965 (Nov 2007) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) FAR Clauses added by addendum: 52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition (Feb 2007) 52.232-18, Availability of Funds (Apr 1984) 52.252-2, Clauses Incorporated By Reference (Feb 1998) DFARS Provisions: 252.225-7000 Buy American Act-Balance Of Payments Program Certificate (DEC 2009) DFARS Clauses: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) Specific clauses cited in DFARS 252.212-7001 that are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of former DOD Officials (Sep 2011) 252.225-7001, Buy American Act and Balance of Payments Program (Oct 2011) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.247-7023, Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002) DFARS clauses added by addendum: 252.201-7000, Contracting Officer's Representative (Dec 1991) 252.211-7003, Item Identification and Validation (Aug 2008) 252.232-7010, Levies on Contract Payments (Dec 2006) The following Local Clauses also applies: 5152.233-4000, HQ AMC Level Protest Program (Nov 2008) 5152.209-4000, DOD Level I Antiterrorism (AT) Standards (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, "DOD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. If you plan to participate in this acquisition, you are required to provide your name, address, phone number, and email address to the POC listed below or by facsimile 928-328-6534 for notification of amendments. If you plan to participate in this acquisition, you are required to provide your name, address, phone number, and email address to the POC listed below or by facsimile 928-328-6534 for notification of amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/660b297aadfa5573b0f3fff685c1eae4)
- Place of Performance
- Address: MICC - Yuma Proving Ground 301 C Street BLDG 2364 RM 101 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN02768679-W 20120609/120607234911-660b297aadfa5573b0f3fff685c1eae4 (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 |