Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2012 FBO #3882
SOLICITATION NOTICE

R -- NUTRITIONIST - Statement of Work

Notice Date
7/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-12-T-7008
 
Archive Date
8/8/2012
 
Point of Contact
Aninze Awanna, Phone: 757-763-4407, LaVerne L Whitfield, Phone: 757-763-4430
 
E-Mail Address
aninze.awanna@navsoc.socom.mil, arethalia.whitfield@navsoc.socom.mil
(aninze.awanna@navsoc.socom.mil, arethalia.whitfield@navsoc.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DD254 Security Classification Statement of Work - Nutritionist This is a COMBINED SYNOPSIS/SOLICITATION for anticipated award of a Firm Fixed Price (FFP) commercial items contract prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This requirement is set aside 100% for Small Business concerns.This announcement constitutes the only solicitation; a written solicitation will not be issued. The Request for Quotation number is H92242-12-T-7008. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-27, dated 17 Oct 2008 and DFARS Change Notice 20081020. The DPAS Rating for this solicitation is S1 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: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 561499. Naval Special Warfare Group 4 requests responses from qualified sources capable of providing a Nutritionist meeting the specifications outlined in the attached statement of work. CLIN 0001 : Nutritionist, services in accordance with the SOW. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.aov/publicsearch.as DX Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2008). The following clauses are applicable to this solicitation:, 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). FAR 52.239-19 Availability of Funds Clause. Additional contract terms and conditions applicable to this procurement are: 252.212- 7000 Offeror representations and certifications - Commercial ltems(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007) (DEVIATION), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), and 252.243-7001 Pricing of Contract Modifications (Dec 1991). Proposal shall include the pricing for each CLIN listed in this synopsis. All clauses will be incorporated by reference in the order. 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.aov/.All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement, (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The relative order of importance of the evaluation factors is set forth in descending order of importance. •· Technical Compliance with SOW requirements, capacity and capability to meet the performance objectives and security clearance requirements. (Most important) •· Past Performance Contractor shall submit at least one (1) recent (within the previous 3 years) and relevant reference demonstrating those competencies listed in the SOW. (More important than price) •· Price The least important, but will become more important as technical and past performance are more closely aligned. Evaluation Criteria: Technical Proposal: The contractor proposal shall comply with SOW requirements; demonstrate capacity and capability to meet the performance objectives and security clearance requirements. EDUCATION/EXPERIENCE REQUIRED FOR THIS POSITION (Determines basic eligibility for the position. Proposals submitted for candidates who do not meet all of the education and experience factors are considered NOT qualified for the position; and thus Unacceptable.) (Most important) The Contracting Officer will use the following definitions as guidelines in evaluation of technical proposals: Outstanding (O): Proposal exceeds that which is required in the RFP. Excellent probability of success. The offeror demonstrates a thorough understanding of the Navy's requirements. Meets or exceeds all criteria. No deficiencies noted. Highly Acceptable (HA): Some aspects of the proposal exceed that which required in the RFP. Other aspects of the proposal meet that which is required in the RFP. Very good probability of success. The offeror demonstrates a very good understanding of the Navy's requirements. Meets greater than 80% of the criteria. No serious deficiencies noted. Acceptable (A): Proposal meets that which is required in the RFP. Good probability of success. The offeror demonstrates a good understanding of the Navy's requirements. Meets greater than 60% of the criteria. No serious deficiencies noted. Unacceptable (UA): Proposal is unacceptable. Does not meet that which is required in the RFP and has no chance of being made acceptable. No chance of success. The offeror demonstrates no understanding of the Navy's requirements. Meets less than 60% of the criteria. Many deficiencies noted. Contractor would have to completely revise proposal Past Performance: Contractor shall submit at least one (1) recent (within the previous 3 years) and relevant reference demonstrating those competencies listed in the SOW. (More important than price) Price Evaluation: The offeror's proposed price will be evaluation on the basis of price reasonableness in accordance with FAR Subpart 13.106-3. The evaluation may include, but not limited to: •· Price comparison with other offeror •· Completeness: All pricing information as it directly relates to the PWS; and •· Comparison with Independent Government estimates. Cut off date for contractor question submission is 18 July 2012 at 2:00 PM EST. Any questions submitted after this date will not be responded to. All quotes shall be submitted to the Contracting Officer, Ms. Aninze Awanna via email at aninze.awanna@navsoc.socom.mil (757) 763-4407 not later than 4:00 PM EST 07/24/2012. Information provided shall include enough detailed documentation to allow the Government to perform a proper evaluation. See the attached SOW.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-12-T-7008/listing.html)
 
Place of Performance
Address: Naval Special Warfare Group FOUR (NSWG4), 2220 Schofield Road, Virginia Baech, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN02796670-W 20120711/120709234418-c19fe0b5511a4cc57dd011de778b6c38 (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.