SOLICITATION NOTICE
U -- Catholic Coordinator of Religious Education
- Notice Date
- 3/1/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, PO Box 8368, MCB Camp Lejeune, North Carolina, 28547-8368
- ZIP Code
- 28547-8368
- Solicitation Number
- M6700113Q0105
- Archive Date
- 3/23/2013
- Point of Contact
- Glenn V Mayberry, Phone: 910-451-1707
- E-Mail Address
-
glenn.mayberry@usmc.mil
(glenn.mayberry@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A COMBINED SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this solicitation. This announcement constitutes the only publication. A written solicitation will not be issued. The solicitation number M67001-13-Q-0105 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-65 and DPN 20121231. This solicitation is set aside 100% for small business. The North American Industrial Classification System (NAICS) code for this requirement is 813110 with a size standard of $7.0 Million. The Marine Corps Installations East Contracting Department, Camp Lejeune, North Carolina 28547 has a requirement for: CLIN 0001: CATHOLIC COORDINATOR FOR RELIGIOUS EDUCATION AT CAMP LEJEUNE, NORTH CAROLINA. PERIOD OF PERFORMANCE: 1 APR 2013 THROUGH 31 MAR 2014. CLIN 1001 CATHOLIC COORDINATOR FOR RELIGIOUS EDUCATION AT CAMP LEJEUNE, NORTH CAROLINA. PERIOD OF PERFORMANCE: 1 APR 2014 THROUGH 31 MAR 2015. SEE ATTATCHED STATEMENT OF WORK FOR DUTIES AND RESPONSIBILITIES. Resumes and price quotes should be on separate documents. Price quote shall contain monthly price for CLIN 0001 Base Year and a separate monthly price quote for the Option Year (CLIN 1001). Quote shall be on a firm-fixed price basis with a monthly price for a period of 12 months. All responsible small business sources may submit a response which, if timely received must be considered by the agency. The Government will award the contract to the quoter that offers the best value. Evaluation: Reponses to this solicitation will be evaluated using the following criteria: (1) Ability to meet the rquirements of the government as per the Statement of Work; (2) Resumes shall be provided that demostrate experience, education, and knowledge required by the position and (3) Price. All pricing submitted shall be the contractor's best quote, as it is the governments intent to entertain one/final quote only. The quoter shall provide all information and paperwork needed for evaluation as per the evaluation criteria and the performance work statement. Offerors are responsible for ensuring their submitted quote has been received and is legible. Submit quote, resume, and any questions to GLENN.MAYBERRY@usmc.mil. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards; FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; Applicable clauses cited in 52.212-5 are: FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.204-7 Central Contractor Registration; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.232-33 Payment by Electronic Fund Transfer; FAR 52.223-18 Contractor Texting. FAR 52.247-34 F.O.B. Destination FAR 52.252-2 Clauses Incorporated by Reference with fill-in www.farsite.hill.af.mil The following Defense Federal Acquisition Regulation Supplement ( DFARS) clauses are applicable to the acquisition: DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 (Alt A.) Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7001 Pricing of Contract Modifications. The following Federal Acquisition Regulation (FAR) clause is included by full text. 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 5 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed two (2) years. (End of clause) QUOTER SHALL BE REQUIRED TO PROVIDE WHEN APPROPRIATE: Enterprise-wide Contractor Manpower Reporting Application (ECMRA) "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Catholic Religious Education Coordinator via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil." Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil." Quoter shall provide completed copies of FAR 52.212-3 or Online Representations and Certifications Application (ORCA) record with their quote. ORCA is located at https://www.sam.gov/portal/public/SAM/. The provisions and clauses can be found at FAR website: http://farsite.hill.af.mil/. The Quoter is required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Quoters are required to be registered in the System for Award Management (SAM), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil or for WAWF Assistance, contact 910-451-2142. For more information about registering, contact SAM Regional Assistance Center 866-606-8220 or visit their website at: http://www.sam.gov/. Quoters must be registered prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. The closing date for this solicitation is 3/8/2013 at 4PM EST. Quoters are responsible for ensuring that their submitted quote has been received and legible. Submit quote, resume, and any questions by email to GLENN.MAYBERRY@usmc.mil or by fax to 910-451-2193.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700113Q0105/listing.html)
- Place of Performance
- Address: Camp Lejeune, North Carolina, 28547, United States
- Zip Code: 28547
- Zip Code: 28547
- Record
- SN03000698-W 20130303/130302091703-d30268a31c785e540fc2c554236276b0 (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 |