MODIFICATION
U -- Nevada CERFP External Evaluation (EXEVAL) and Structural Collapse Venue Site (SCVS) Reset 8 - 12 Jul 2014
- Notice Date
- 5/23/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Army, Headquarters, Department of the Army, HQ, Department of the Army, ODCS, G-2, 1000 Army Pentagon, 2D430, Washington, District of Columbia, 20310
- ZIP Code
- 20310
- Solicitation Number
- W9124X-14-T-0003
- Archive Date
- 6/30/2014
- Point of Contact
- Kelly S. Bitz, Phone: 7758877806
- E-Mail Address
-
kelly.s.bitz.civ@mail.mil
(kelly.s.bitz.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 Federal Acquisition Regulation (FAR) 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 solicitation number assigned to this action is W9124X-14-T-0003. The solicitation is issued as a Request for Quote (RFQ) from United States Property and Fiscal Office for Nevada, Purchasing and Contracting Division, Carson City, Nevada 89701. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-72 effective as of 30 Jan 2014. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the FAR and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil. The Nevada Army National Guard is looking for interested parties to support the requirement for providing CERFP External Evaluation (ExEval) and Structural Collapse Venue Site (SCVS) Reset 08 JUL 2014 through 12 JUL 2014 at Regional Public Safety Training Center, 5190 Spectrum Boulevard, Reno, Nevada 89512. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541611 and size standard is $14 million. This solicitation is 100 percent total small business set aside. This solicitation will end on 29 MAY 2014 1700 PST. Quotes will need to be e-mailed to Kelly S. Bitz at kelly.s.bitz.civ@mail.mil. Quotes received after this time will not be accepted. The Government will review each Contractor's capability to determine which Contractor is best suited to meet the Government's needs. All questions will need to be e-mailed to Kelly S. Bitz at kelly.s.bitz.civ@mail.mil by 21 MAY 2014 1000 PST. Quotes and questions will reference solicitation number W9124X-14-T-0003. Quoted prices will include any and all changes that may apply. Submittal Requirements: Submit the following in order to be considered for award: 1.Pricing of CLIN 0001. 2.Technical Proposal detailing how Contractor will accomplish the requirements of the PWS. The following provisions are included for the purposes of this combined synopsis/solicitation: FAR Clauses 52.242-15 Stop-Work Order 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.215-8 Order of Precedence--Uniform Contract Format 52.222-50 Combating Trafficking in Persons 52.223-16 Alt I IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) Alternate I 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-23 Alt I Assignment of Claims (Jan 1986) - Alternate I 52.233-1 Alt I Disputes (Jul 2002) - Alternate I 52.237-3 Continuity Of Services 52.244-6 Subcontracts for Commercial Items 52.213-4 Terms and Conditions--Simplified Acquisitions (Other Than Commercial Items) 52.219-4 Notice of Price Evaluation Preference for Hubzone Small Business Concerns 52.219-28 Post-Award Small Business Program Rerepresentation 52.232-39 Unenforceability of Unauthorized Obligations 52.233-4 Applicable Law for Breach Of Contract Claim 52.243-1 Changes--Fixed-Price (Aug 1987) - Alternate I 52.252-6 Authorized Deviations in Clauses 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.225-18 Place of Manufacture 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan--Certification 52.204-3 Taxpayer Identification (Oct 1998) 52.219-1 Small Business Program Representations 52.219-22 Small Disadvantaged Business Status 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.214-34 Submission Of Offers In The English Language 52.214-35 Submission Of Offers In U.S. Currency 52.232-28 Invitation to Propose Performance-Based Payments 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-5 Authorized Deviations in Provisions DFARs Clauses 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.225-7001 Buy American And Balance Of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors 252.231-7000 Supplemental Cost Principles 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.233-7001 Choice of Law (Overseas) 252.239-7001 Information Assurance Contractor Training and Certification 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.204-7004 Alternate A, System for Award Management 252.204-7006 Billing Instructions 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information 252.225-7048 Export-Controlled Item 252.225-7993 Prohibition on Contracting With the Enemy (Deviation 2014-O0008) 252.229-7999 Taxes - Foreign Contracts in Afghanistan (Deviation 2013-O0016) 252.232-7001 Disposition Of Payments 252.204-7007 Alternate A, Annual Representations and Certifications 252.209-7993 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law-Fiscal Year 2014 Appropriations (Deviation 2014-Oo0009) 252.237-7010 Prohibition on Interrogation of Detainees By Contractor Personnel 252.232-7006 Wide Area Workflow Payment Instructions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/Various/DAMI-IM/W9124X-14-T-0003/listing.html)
- Place of Performance
- Address: Regional Public Safety Training Center, 5190 Spectrum Boulevard, Reno, Nevada, 89509, United States
- Zip Code: 89509
- Zip Code: 89509
- Record
- SN03375223-W 20140525/140523234307-f5ae81fd33ea447bae572aad3b2d97ed (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 |