SOLICITATION NOTICE
R -- Production Support Services for US-ASEAN Defense Forum - Statement of Objectives
- Notice Date
- 2/10/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
- ZIP Code
- 22202-4371
- Solicitation Number
- HQ0034-14-R-0066
- Archive Date
- 4/15/2014
- Point of Contact
- Ericka Landry, Phone: 7035459002, Reginald Solomon, Phone: 7035452750
- E-Mail Address
-
ericka.landry.civ@mail.mil, reginald.o.solomon.civ@mail.mil
(ericka.landry.civ@mail.mil, reginald.o.solomon.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This SOO provides the outline and basis for the Contractor provided statement of work which will meet the requirements of this notice. 1. This combined synopsis/solicitation for Production Support for the Department of Defense's (DoD) hosting of the Association of Southeast Asian Nations (ASEAN) Defense Forum is prepared in accordance with the format in FAR Subparts 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," FAR 13.5, and 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. 2. This combined synopsis/solicitation is being issued as a Request for Proposal (RFP) as a contract under full and open competition. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-72 and the Defense Federal Acquisition Regulation Supplement change notice, DPN 20140129, dated 29 Jan 2014 respectively. All responsible sources may submit a proposal. Submission of written quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. Verbal offers will not be accepted. 3. NAICS. This acquisition is associated with the North American Industry Classification System (NAICS) code 561990 All Other Support Services with a small business size standard of $10,000,000.00. 4. CONTRACT LINE ITEMS (CLIN): Offerors shall provide a proposal, which, at a minimium, address the requirments outlined in the attached Statement of Objectives (SOO). Additionally, Offerors shall consider the following in the development of their proposal. a. Contract Line Items: The Contractor shall provide (list) the items that build up to the final proposed price. b. FOB: Destination, unless specified differently in the award, the supplier is responsible for inspection and quality control requirements. c. Period of Performance: Date of Award - April 12, 2014. d. Technology Refresh. Any item acquired from a contract awarded against this solicitation shall be delivered with the latest technology. Therefore should an item or material become obsolete or dated, then that replacement shall be made available to the Government. 5. Clauses and Provisions Offerors shall electronically complete FAR 52.212-3 Offeror https://www.sam.gov Representatives and Certifications Commercial Items at website. The following clauses and provisions are applicable to this solicitation. FAR 52.204-7, Central Contractor Registration; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.233-4, Applicable Law for Breach of Contract Claims; FAR 52.204-13, Central Contractor Registration Maintenance; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 252.211-7003, Item Identification and Valuation; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.211-17, Delivery of excess quantities; FAR 52.219-28, Post-Award Small Business Program Re-representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Contractor Policy to Ban Text Mess while Driving; FAR 52.225-1, Buy American Act-Supplies; FAR 52.232-33, Payment by electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.246-17, Warranty of Supplies of a Noncomplex Nature; FAR 52.247-34, F.O.B. Destination; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration; DFARS 2542.232-7003, Electronic Submission Requests; Clauses incorporated by full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DFARS 252.232-7006, Wide Area Workflow Payment Instructions; All clauses and provisions may be accessed electronically at https://farsite.hill.af.mil or www.arnet.gov. Proposals will be evaluated on the basis established in the solicitation under the FAR 13.106 and this solicitation. The responsible Offeror must be currently registered in the System for Award Management (SAM) with the Online Representations and Certifications (ORCA) per FAR 52.212-3 completed in the SAM; however, if this is not accomplished a completed copy of the Offeror Representations and Certifications - Commercial Items must be submitted with the offer. SPECIAL EVALUATION REQUIREMENTS: Offerors must demonstrate recent experience (5 yrs. or less), the capability, capacity, and specialized knowledge of managing and producing highly-visible federal government events of similar or greater magnitude. Experience with high-level foreign dignitaries is preferred but not required. 6. To register in the System for Award Management database visit the SAM website: https://www.sam.gov per FAR 52.212-1. Lack of this registration will disqualify contractor for award. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The Government contemplates award of a Firm-Fixed Priced contract resulting from this combined synopsis-solicitation. 7. Proposal/Questions Deadline. Offers are due Thursday, February 13, 2014 at 10:00 a.m. Eastern Time (ET). Questions will not be accepted after Wednesday, February 12, 2014 3:00 p.m. Eastern Time (ET). Inquiries submitted via telephone call will be directed to an e-mail submission. Submit proposals and/or questions to Ms. Ericka Landry, ericka.landry.civ@mail.mil and copy Mr. Reginald Solomon via email: Reginald.o.Solomon.civ@mail.mil. Offeror's who fail to complete and submit proposals in accordance with the requirements above may be considered non-responsive. 8. Contact the following individual for information regarding this solicitation: Ericka Landry Contracting Specialist Ericka.Landry.civ@mail.mil Electronic Mail (email) proposals are required; and no facsimile or hard copy proposals will be accepted. If an Offer is received via facsimile or hard copy, it will be rejected as nonresponsive. 9. Rejection of Unrealistic Offers. The Government may reject any proposal/quote that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, qualified bids/offers, unrealistically high or low price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-14-R-0066/listing.html)
- Place of Performance
- Address: Honolulu, Hawaii, 96816, United States
- Zip Code: 96816
- Zip Code: 96816
- Record
- SN03284641-W 20140212/140210233952-3df6cd671467e819fdf0ffa4a0aea0c5 (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 |