Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2015 FBO #4837
SOLICITATION NOTICE

R -- Catholic Parish Coordinator

Notice Date
2/19/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
 
ZIP Code
00000
 
Solicitation Number
N4019215Q7007
 
Response Due
3/1/2015
 
Archive Date
4/1/2015
 
Point of Contact
JoAnnelle Nededog-Flores (671) 366-4257
 
E-Mail Address
joannelle.nededog-flores@us.af.mil
(joannelle.nededog-flores@us.af.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation N4019215Q7007 is being issued as a Request for Quote (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-79. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2. The NAICS code is 813110 and the small business size standard is $7,500,000.00. The following commercial items are requested: CLIN 0001 - 1 EACH Catholic Parish Coordinator Service-Base Year. 821 Units. POP 03 MAR 2015-02 MAR 16, reference attached SOW. CLIN 0002 - (OPTION) 1 EACH Catholic Parish Coordinator Service-Option YR 1. 821 Units. POP 03 MAR 2016-02 MAR 17, reference attached SOW. CLIN 0003 - (OPTION) 1 EACH Catholic Parish Coordinator Service-Option YR 2. 821 Units. POP 03 MAR 2017-02 MAR 18, reference attached SOW. All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quote submitted by another firm on behalf of a SAM registered company with the intention of being award ścare of ť will not be accepted. Quotes must include registered DUNS, CAGE codes, Tax ID, and small business status, and any applicable GSA contract number. FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this request. Quotes must include information and pricing for CLINS 0001-0003 to be considered for award. 1.Price: Prices must be submitted for CLIN 0001-0003. This is an all-or-none request; multiple awards will not be made. Provide a breakdown of price per UNIT and a total price per year including Option Years. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 2.Technical Acceptability - To determine the technical capability to perform the services in accordance with the SOW, offerors are to provide all of the following: a.Written statement that demonstrates the offeror ™s ability to provide the services described in the SOW. b.Offeror ™s resume, education transcripts, and pertinent certificates as outlined in qualifications section of the SOW. c.One personal letter of recommendation. d.Two professional letters of recommendation. Note: Offerors who fail to submit all of the required documentation may be considered nonresponsive. FAR 52.212-2, Evaluation ”Commercial Items applies to this request. Award will be based on lowest price technically acceptable. Award will be made without discussions; however, the Government reserves the right to open discussions anytime during evaluation. Technical acceptability means meeting the minimum specifications under CLINS 0001-CLINS 0003 and providing the information required by FAR 52.212-1. All quotes will be ranked based on price. Only the lowest priced quote will be evaluated for technical acceptability, unless the lowest priced quote is deemed technically unacceptable. If the lowest quote is deemed technically unacceptable, the next lowest quote will be considered, and so on until an offeror is identified to be technically acceptable. 1.Price: Quotes will be ranked first passed on price from high to low. The price evaluation will document the realism, reasonableness, and completeness of the total evaluated price. 2.Technical: The lowest offeror will move forward to the technical evaluation. If the lowest priced quote is deemed technically unacceptable, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. The award will be made to the lowest evaluated price whose offer is deemed technically acceptable. TECHNICAL CRITERIA RATINGS RATINGDEFINITION AcceptableQuote clearly meets the minimum requirements of the solicitation. UnacceptableQuote does not clearly meet the minimum requirements of the solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their quote or be currently registered in the SAM website with their Representations and Certifications completed. The following provisions and clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.217-5 Evaluation of Options, FAR 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.209-6, Protecting the Governments ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-6, Total Small Business Set Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18, Encouraging Contractor Policies to Ban Test Messaging while Driving; FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer “ System for Award Management, FAR 52.222-41, Service Contract Act of 1965, FAR 52.222-42 Statement of Equivalent Hires. The Wage Determination No. 2005-2147 Revision No.: 17 dated 12/30/2014 are applicable to this solicitation and provided as an attachment. Additional provisions and clauses that apply to this acquisition are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III. Submit quotes via email to JoAnnelle Nededog-Flores at joannelle.nededog-flores@us.af.mil. Responses to this RFQ must be received via e-mail not later than 1600 hours EST on 01 MAR 2015. Oral quotes will not be accepted. Emailed quotes must be received at the stated addressee email inbox on time and the addressees must be able to open the email and all attachments. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of quotes. It is the contractor ™s responsibility to request and receive confirmation of quote receipt. ATTACHMENTS: 1.Statement of Work 2.Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019215Q7007/listing.html)
 
Place of Performance
Address: Andersen AFB, Yigo, Guam
Zip Code: 96929
 
Record
SN03646967-W 20150221/150220000010-2438eeafec3df195490df9be9cffb379 (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.