Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2012 FBO #3926
SOLICITATION NOTICE

B -- Faculty Member to teach up to six courses at NIU - Package #1 - SF 18 - Package #3

Notice Date
8/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-12-Q-0074
 
Archive Date
9/13/2012
 
Point of Contact
Michael, Phone: 2022312827
 
E-Mail Address
michael.worthington@dia.mil
(michael.worthington@dia.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Atch 2 - DD FM 254 RFQ - SF 18 ATCH 1 - SOW Intelligence Faculty Member Institute National Intelligence University 1. This is a combined synopsis/solicitation for commercial services 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. The solicitation RFQ HHM402-12-Q-0074 is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). All responsible sources may submit a proposal. 2. The North American Industry Classification System (NAICS) code is 611310- Colleges, Universities, and Professional Schools and the business size for this NAICS is $7 million. This procurement is a 100% total small business set aside. All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and Online Representations and Certifications Applications (ORCA) at http://orca.bnp.gov. The period of performance is for a base period of twelve (12) months from date of award with three (3) twelve month options. CLINs are as follows (see SF 18): CLIN 0001: Base Year: 12 months Total Labor: Labor Support Period of Performance: 09/01/2012 through 08/31/2013 CLIN 1001: Option Year 1: 12 months Total Labor: Labor Support Period of Performance: 09/01/2013 through 08/31/2014 CLIN 2002: Option Year II: 12 months Total Labor: Labor Support Period ofPerformance: 09/01/2014 through 08/31/2015 CLIN 3003: Option Year III: 12 months Total Labor: Labor Support Period of Performance: 09/0112015 through 08/31/2016 3. The following FAR provisions and clauses are applicable to this solicitation by reference: 52- 212-1, Instructions to Offers - Commercial Items; 52.212-2, Evaluation - Commercial Item; 52.212-3, Offer Representation 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, with the following FAR clauses and provisions being cited as applicable to this acquisition; 52.204-1, Approval of Contract; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other eligible Veterans; 52.222-36 Affmnative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other eligible Veterans; 52.232-18 Availability of Funds; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.243-1 Changes- Fixed Price Alternate I; FAR 52.246-4 Inspection of Services-Fixed Price; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporate by Reference. The following DFARS clauses and provisions apply to this solicitation and are h reby incorporated: 252.201-7000, Contracting Officer's Representative; 252.212- 7000, Offeror Representations and Certification- Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; 252.232-7010 Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment. All Clauses and Provisions may be found in full text at the following web site: http//farsite.hill.af.mil. 4. Description of services: To contract with an academically qualified faculty member to teach up to six courses at the National Intelligence University (NIU) and advise up to eight students in their Master's degree thesis work as committee chair and/or reader. (see Statement of Work (SOW) for additional details). 5. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Item. (Accessible at the FAR Site, http://farsite.hill.af.mil) 6. The Virginia Contracting Activity intends to award a single Firm Fixed Price (FFP) contract to the responsible offeror whose offer conforms to the RFQ; and represents the best approach in accordance with the Statement of Work (SOW) (Attach 1) and DD Form 254 (Attach 2). 7. Offeror shall provide their CAGE code identifying that the•offeror has a TOP SECRET facility clearance. 8. Submit the following document in response to this RFQ: a. Quotation Cover Page (See attached document SF 18) b. Curriculum Vitae Resume (only) no others will be accepted 9. Questions must be mailed prior to 9:00A.M. EST on Aug 27,2012 to Michael.Worthington@dodiis.mil and Nehemiah.pryor@dodiis.mil. Quotes are due on/before 29 Aug 2012 at 2:00pm eastern standard time via e-mail to Michael.Worthington@dodiis.mil and Nehemiah.Pryor@dodiis.mil. Offerors who fail to complete and submit the requirements above may be considered non-responsive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-12-Q-0074/listing.html)
 
Place of Performance
Address: 200 MacDill Boulevard, Washington, District of Columbia, 20340, United States
Zip Code: 20340
 
Record
SN02850919-W 20120824/120823001327-2e2043e4b5ee9af60f22c2774f271248 (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.