Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2002 FBO #0306
MODIFICATION

R -- SUPPORT TO THE PERSONNEL SECURITY INVESTIGATIONS (PSI) PROGRAMS FOR THE DEFENSE SECURITY SERVICE

Notice Date
10/2/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 2272 Suite 353 47123 Buse Road, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-01-R-0294
 
Response Due
10/15/2002
 
Point of Contact
Rinalda Butts, Contract Specialist, Phone 301-757-8954, Fax 301-757-8959,
 
E-Mail Address
buttsrn@navair.navy.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 the 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. Solicitation Number N00421-02-R-0294 is issued as a request for quotation (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-25 and Defense Federal Acquisition Regulations Supplement Change Notice 20001213. REMINDER: This action is 100% SMALL BUSINESS SET-ASIDE, the associated standard industrial classification code is 561611 and the small business standard is $9 million. The Government intends to make multiple awards under this solicitation. The Government is reserving one award for a certified small business HUBZone firm and one or more awards under the small business set-aside procedures. This reservation will only be applied to the extent that the proposals received by such firms are both technically acceptable and generally evaluated to be in line with all other proposals being considered for award. Offerors will only be required to submit one proposal as any eligible offerors not receiving award under the HUBZone reserved portion will also be eligible for award under the small business set-aside competition. The contract period of performance is one year (twelve months). The Government intends to make multiple awards on a firm fixed-price basis fixed and to solicit quotes and award purchase orders for background investigative services including Rec/Refs, Subject Interviews, and Local Agency Checks (LAC) (See Attachment 2 - Schedule of Supplies/Services). The quote along with completed representations and certifications is due by 15 October 2002. Award is expected in October 2002 with a required delivery date of 30 days after receipt of orders. Inspection and acceptance shall be made at destination. FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (OCT 2000) is incorporated by reference and applies to this acquisition. The provision at FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The Government will evaluate quotations for fairness and reasonableness in accordance with simplified procedures as defined in FAR Part 13 prior to making award Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I - COMMERCIAL (JUL 2002) with its quotation. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (FEB 2002) is incorporated by reference and applies to this acquisition. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS - ALTERNATE I (MAY 2002) applies to this acquisition. (a) The contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755). (2) 52.225-13, Restrictions on Certain Foreign Purchases (E.O. 's 12722, 12724, 13059, and 13067). (3) 52.233-3, Protest after Award (31 U.S.C. 3553). (b) The contractor agrees to comply with the FAR clauses in this paragraph (b) which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (2) 52.222-22, Previous Contracts and Compliance Reports (Feb 1999), (3) 52.222-26, Equal Opportunity (E.O. 11246). (4) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (5) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). (6) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (7)(i) 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act - Balance of Payments Program (41 U.S.C. 10a - 10d), 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). (ii) Alternate I of 52.225-3. (8) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332). (c) The contractor agrees to comply with the FAR clause in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: NOT APPLICABLE. (d) Notwithstanding the requirements of the clauses in paragraphs (a), (b), or (c) of this clause, the contractor is not required to include any FAR clause, other than those listed below (and as may be required by addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components - (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52-222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996). (End of clause). DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUL 2002) is incorporated by reference. The contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 252.225-7002, Qualifying Country Sources as Subcontractors, (2) 252.225-7035, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program Certificate (ALT I), (3) 252.225-7036, North American Free Trade Agreement Implementation Act (ALT I). (c) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, preference for Domestic Specialty metals, Alternate I (10 U.S.C. 2241 note). The provision at 252.204-7004 Required Central Contractor registration (JUL 2002) applies to this solicitation. Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Instructions for Preparation of Quotes - Offerors can bid requirements down to the Field Office Level. Offerors shall bid on all line items for each field office area of interest specifying both unit pricing and extended pricing for the maximum quantities for each contract line item (see Attachment 2 - Schedule). Each offeror shall provide a total price for each Field Office Area bid on as stand alone pricing rather than an aggregate of all field office areas bid on. Evaluation Factors - Listed below are the price and non-price evaluation factors that will be used. Factor 1. Personnel Qualifications - (See Attachment 1 - Statement of Work for minimum qualifications) Offerors shall complete Attachment 3 - Personnel Resource matrix. The matrix shall be accompanied with a key personnel summary that provides examples of specific relevant experience gained by the key person proposed for a specific Statement of Work Task Area). Factor 2. Past Performance - Offerors shall include the completed Attachment 4 - Past Performance Survey with their proposal, and Factor 3. Price - The offeror shall provide back-up information that verifies the price offered. This could consist of a copy of the current catalog or price list: invoices from previous sales of the identical item(s). The completed FAR provision 52.212-3 Offeror Representations and Certifications shall also be included. Note: Contract award will be based on best value to the Government. Only small businesses having relevant experience performing this type of requirement will be evaluated for consideration. The Statement of Work, Personnel Resource Matrix and Past Performance Surveys will be made available upon request to Ms. Nicole Butts via email: buttsrn@navair.navy.mil. All, responsible interested parties are invited to submit a quote and two copies of the Past Performance Survey and Personnel Matrix. Quote is due to Ms. Nicole Butts, Contract Specialist, 21983 Bundy Road, Patuxent River, MD 20670 by 4:00 PM Eastern Standard Time, 15 October 2002. All proposals received by 4:00 PM Eastern Standard Time, 15 October 2002 will be considered by the Government. The Government will not pay for any information received. Proposals shall be accepted by facsimile: 301-757-8959 or via email: buttsrn@navair.navy.mil. Copies of FAR/DFAR Clauses including FAR provision 52.212-3 Offerors Representations and Certifications - Commercial Items can be found on the Internet at http://farsite.hill.af.mil. For information regarding this solicitation contact Ms. Nicole Butts, via email. If an offeror is not able to contact Ms. Butts via email, please fax correspondence/requests to facsimile (301-757-8959). Numbered note 1 applies**END SYNOPSIS/SOLICITATION N00421-02-R-0294.
 
Place of Performance
Address: Various
 
Record
SN00180644-W 20021004/021002213412 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.