SOLICITATION NOTICE
99 -- Youth/Child Summer Camp 2014
- Notice Date
- 5/29/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721214
— Recreational and Vacation Camps (except Campgrounds)
- Contracting Office
- USPFO for New Hampshire, 1 Minutemen Way, Concord, NH 03301-5652
- ZIP Code
- 03301-5652
- Solicitation Number
- W14KUU33460100
- Response Due
- 6/12/2014
- Archive Date
- 7/28/2014
- Point of Contact
- Amanda Woodard, 603-225-1595
- E-Mail Address
-
USPFO for New Hampshire
(amanda.m.woodard4.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items 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. This solicitation, W14KUU33460100, is being issued as a request for proposal. This requirement is an unrestricted and all qualified offerors may submit proposals. The NAICS code is 721214 and the size standard is less than $7 Million. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-72 Correction, Effective January 30, 2014. The NH-USPFO, Purchasing and Contracting Office, Pease ANGB, Newington New Hampshire has a requirement for Youth and Child Summer Camp event from 27 JUL 2014 - 02 AUG 2014 to be held at a Camp in the state of New Hampshire. The location shall provide a fairly remote, outdoor/nature-oriented summer adventure camp environment and programming for a maximum of 60 youth. Offerors shall propose a firm fixed price for the following: CLIN 0001 - Youth and Child Summer Camp to support up to sixty (60) participants The specific level of support is detailed in the attached Statement of Work Statement (SOW), dated 29MAY2014. Requirements for your proposal: Please submit a proposal on your company letterhead with at total price at the bottom. Include the following information on your quote: cage code, tax ID number, company name, phone number, contact, and email. Request for Information (RFI): All questions must be in the form of an RFI in writing to the Contracting Officer, SSgt Amanda Woodard no later than 12:00 PM ET on 6 June 2014. Those RFIs not received within the prescribed date and time will not be considered. Proposals are due June 12, 2014 4:00 PM EST to the following email address: amanda.m.woodard4.mil@mail.mil. Offerors must be registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Centers at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Systems for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The provisions and clauses listed below are applicable to this solicitation: Offers shall be evaluated in accordance with FAR 52.212-2 -- Evaluation -- Commercial Items: 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: Technical Capability and Price. If products from offerors are found to be technically equivalent, then price will be the determining factor. Technical acceptability will be determined by the following: 1. Camp is located within the State of New Hampshire. 2. All items in the Statement of Work Statement shall be met. FAR 52.204-7.System for Award management; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-99 System for Award Management Registration (August 2012) (DEVATION) FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Representation (if applicable); FAR 52.222-3, Convict Labor Law; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). FAR 52.222-44 Fair Labor Standards act and Service Contract Act-Price adjustment; FAR 52.222-50, Combating Trafficking in Person (Feb 2009) FAR 52.222-54 Employment Eligibility Verification; FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving (Aug 2011); FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-39, Unenforceability of Unauthorized Obligations ; FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), FAR 233-3, Protest After Award; FAR 52.233-4, applicable Law for Breach of Contract Claim; FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998); FAR 52.252-6, Authorized Deviations in Clauses (APR 1984) DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.209-7999, Representation solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information by Corporations Regarding an Unpaid Delinquent Tax liability or a Felony Conviction under any Federal Law - Fiscal Year 2013 Appropriations. DFARS 252.211-7003 Item Identification and Valuation, 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 (BAA) - Balance of Payments Program Certificate; DFARS 252-225.7001, BAA - Balance of Payments Program; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7035 Alt. I, Buy American-Free Trade Agreements- Balance of Payments Program Certificate (Alternate I); DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award); DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA27/W14KUU33460100/listing.html)
- Record
- SN03380019-W 20140531/140529235704-6350195606954cd2194a6e491fad8408 (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 |