Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2015 FBO #5021
MODIFICATION

R -- Combined Synopsis/Solicitation for Army Training and Doctrine Command (TRADOC) Advance Military Working Dog Training (AMWD) - Off Leash Training Fort Eustis, Virginia

Notice Date
8/21/2015
 
Notice Type
Modification/Amendment
 
NAICS
812910 — Pet Care (except Veterinary) Services
 
Contracting Office
MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-15-T-0008
 
Response Due
8/31/2015
 
Archive Date
10/20/2015
 
Point of Contact
Stella Maris Onuorah, 757-501-8124
 
E-Mail Address
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(stella.m.onuorah.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for Army Training and Doctrine Command (TRADOC) Advance Military Working Dog Training (AMWD) - Off Leash Training Fort Eustis, Virginia prepared in accordance with the format in 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 Combined synopsis/solicitation is In reference to Sources Sought Announcement W911S0-15-AMWD, Army Training and Doctrine Command (TRADOC) Army Military Working Dog Training (AMWD) - Off Leash Training Fort Eustis, Virginia posted 08 July 2015. This Combined Synopsis/Solicitation is a Request for Proposal (RFP) competed IAW FAR Part 12, Commercial Items. This RFP is set aside for Service Disabled Veteran Owned Small Business (SDVOSB). Proposals failing to meet all the terms and conditions of this solicitation; to include buy terms, line item descriptions, and attachments, may not be evaluated for award. One (1) firm-fixed price (FFP) contract will be awarded as a result of this solicitation. All questions must be submitted no later than 20 August 2015 at 0800 EST. All proposals must be submitted prior to the closing date listed on the SF 1449 of the attached solicitation. The proposal evaluation and discussion procedures at FAR 15.3 quote mark Source Selection quote mark do not apply to this acquisition. The Government will conduct evaluations using the best value Lowest Price Technically Acceptable (LPTA) approach. Your attention is called to the RFP closing date and time of 31 August, 2015 at 0800 AM. EST. It is the Offeror's responsibility to assure its proposal is received via email to: stella.m.onuorah.civ@mail.mil and ricky.l.shannon.civ@mail.mil IAW 52.212-1(k): Unless exempted by an addendum to this solicitation, by submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database before the close of the solicitation, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. Registration information can be found at www.sam.gov. The applicable NAICS code for this procurement is 812910 for Guard Dog training Services with the related size standard of $7 million. The Offeror shall be actively registered with that NAICS or a similar NAICS with the appropriate size standard prior to Award to be considered for any resulting contract. Failure to be properly registered under the appropriate size standard during evaluation and/or at the time of award deems the offer ineligible for award. A similar NAICS Code with the appropriate size standard other than the NAICS Code identified in this buy term may be used as a factor to determine technical capability. The government intends to award a contract to the lowest priced technically acceptable offeror without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in the best interest of the government. Proposal shall be good for 30 calendar days from the date of the quote submission. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL The Government will award a firm fixed price 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: Mission Capability, Past Performance, and Price. An offeror must have an acceptable proposal first under Mission Capability, Past Performance, and Price to be under consideration for award. Price will become the controlling factor if there is more than one proposal that is rated quote mark acceptable quote mark for all three factors. Please see solicitation attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/710bb8af0803d3b45d49cdb8fb1097bf)
 
Place of Performance
Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 705 Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN03849660-W 20150823/150821235141-710bb8af0803d3b45d49cdb8fb1097bf (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.