SOLICITATION NOTICE
V -- Marne Community Integration (Motorized Tour Services)
- Notice Date
- 2/4/2025 1:17:27 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 487110
— Scenic and Sightseeing Transportation, Land
- Contracting Office
- W6QM MICC-FT STEWART FORT STEWART GA 31314-3324 USA
- ZIP Code
- 31314-3324
- Solicitation Number
- W9124M25QA001
- Response Due
- 2/14/2025 11:00:00 AM
- Archive Date
- 03/01/2025
- Point of Contact
- Christopher Jones, Phone: 5718013879, Sheung Li, Phone: 5718013856
- E-Mail Address
-
christopher.l.jones7.mil@army.mil, sheung.c.li.civ@army.mil
(christopher.l.jones7.mil@army.mil, sheung.c.li.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS REQUIREMENT IS SOLICITED AS A 100% SMALL BUSINESS SET ASIDE THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS This is a combined synopsis/solicitation for commercial services in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services and 13.5 - Simplified Procedures for Certain Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Request for Quotes (RFQs) are being requested and a written solicitation will not be issued. The purpose of this solicitation is for the procurement Community Integration Training Services in support of the 3ID newcomers at Savannah, GA area. The contractor shall provide all plant, labor, equipment, tools, materials, transportation, supervision, and other services necessary to provide community integration training services. All work shall be performed in accordance with (IAW) the Performance Work Statement (PWS). The North American Industry Classification System (NAICS) Code that applies to the principal nature of the acquisition is 487110 � Scenic and Sightseeing Transportation, Land with a corresponding size standard of $20.5M. The Government intends to enter into a Firm Fixed Price (FFP) contract, 100% Total Small Business Set Aside contract. The estimated Period of Performance (PoP) for this effort shall be a 12-month base period and two (2) 12-month option periods with an estimated start date of 01 March 2025. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible receive Department of Defense contract awards. If you need to register in SAM, please visit https://www.SAM.gov. See Federal Acquisition Regulation (FAR) Clause 523212-1 �Instructions to Offerors�Commercial Items� and FAR 52.212-1, Addendum for additional information. See FAR clause 52.212-2 �Evaluation�Commercial Items� and FAR 52.212-2 Addendum for additional information and for evaluation criteria. All questions regarding this solicitation shall be issued via email no later than 2:00PM EST on 10 February 2025 to the Contract Specialist at christopher.l.jones7.mil@army.mil and the Contracting Officer at sheung.c.li.civ@army.mil. Questions receive after the stated date and time will not be answered. Answers will be provided on amendment and posted on SAM.gov. COMPLETING A QUOTE FOR SUBMITTAL: Quotes are due no later than the date and time listed in Block 8, SF1449 and shall be submitted via email to the Contract Specialist at christopher.l.jones7.mil@army.mil and the Contracting Officer at sheung.c.li.civ@army.mil. The Offeror shall provide the name, title, address, email address and telephone number of the company/division point of contact regarding business decisions made with respect to the RFQ and who can contractually obligate the company. The Offeror shall submit a price for each FFP Contract Line-Item Number (CLIN) for the base period and option periods on the Standard Form (SF) 1449 Continuation of Supplies or Services and Prices/Costs of the solicitation. The Government maintains a tax-exempt status. The proposed price shall include all personnel, supplies, services, management, overhead, other direct costs, G&A, and profit to fulfill the contractual requirements of the PWS. The Government may request the Offeror to provide other than certified cost or pricing data to assist in determining a fair a reasonable price IAW FAR 15.403-3. The Offerors shall submit a signed SF1449 (pg.1, Block 30a. Signature of Offeror is required to complete blocks 12, 17, 30a, 30b and 30c of the SF1449. In doing so the Offeror accedes to the contract terms and conditions as written in the solicitation. Price. Offeror must complete Continuation of Supplies or Services and Prices/Costs. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the Offeror shows only the AMOUNT, but fails to enter a UNIT PRICE, AMOUNT divided by the QUANTITY will be held to be the intended price. All services shall be performed IAW the Performance Work Statement (PWS). All offers shall remain valid for 90 calendar days from the solicitation closing date. Attachment(s): Attachment 0001 � Marne Community Integration Services PWS Attachment 0002 � Designated sites Award will be conducted and evaluated under the provisions of FAR Part 12 Commercial Items and FAR Part 13, Simplified Acquisition Procedures.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/faeb339f304348ccaca61de6da06c8fe/view)
- Place of Performance
- Address: Savannah, GA, USA
- Country: USA
- Country: USA
- Record
- SN07331941-F 20250206/250204230030 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |