Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2003 FBO #0640
SOLICITATION NOTICE

A -- This requirement is for a firm fixed price contract for Educational Research and Development services to create, implement, test, disseminate and support a comprehensive transition support system

Notice Date
8/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, Bldg. 475-2, Code 200 1942 Gaffney Street, Suite 100, Pearl Harbor, HI, 96860-4549
 
ZIP Code
96860-4549
 
Solicitation Number
N00604-03-R-A021
 
Response Due
9/12/2003
 
Point of Contact
Paulette Mesiona, Contracting Officer, Phone 808-473-7539, Fax 808-473-5750, - Stephen Durrett, Contracting Officer, Phone 808-473-7566, Fax 808-473-5750,
 
E-Mail Address
paulette_d_mesiona@pearl.fisc.navy.mil, stephen_m_durrett@pearl.fisc.navy.mil
 
Description
This solicitation is unrestricted. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. Because the Statement of Work (SOW) with deliverables are so extensive to post as part of this synopsis/solicitation, the solicitation will be issued/posted at the NECO website http://www.neco.navy.mil on/about 4 September 2003. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06 and Defense Change Notice 20020314. The period of performance with deliverables consist of a base period and two 12-month option periods. FAR Clause 52.217-9, ? Option to Extend the Term of the Contract? shall apply. FAR Clause 52.217-8, ? Option to Extend the Services?. The NAICS code is 541720 and the business size standard is 100 employees. This requirement is for a firm fixed price contract for Educational Research and Development services to create, implement, test, disseminate and support a comprehensive transition support system for children in military families that diminishes the negative effects of transitioning from station to station and increases the opportunities for children to receive effective educational opportunities at each station. Therefore, it will be posted on the NECO website as mentioned above. Services will begin from September 22, 2003 through September 21, 2004. Deliverables inspection and acceptance shall be made at destination by the receiving activity. In the event the unit price and extended price are ambiguous, the Government shall use the indicated unit price for evaluation and award purposes. The provision at FAR 52.212-1, Instructions to Offers-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (h), Multiple awards-Delete entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the offeror specified otherwise in the offer." The provision at FAR 52.212-2, Evaluation?Commercial Items applies. The Government intends to make a single award to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. Technical acceptability is more important than price. The Government reserves the right to judge which price proposals show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from http://farsite.hill.af.mil or by request from this office): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Also, DFARS 252.225-7035, Buy American Act and Balance of Payments Program Certificate; DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provisions: FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-19 FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33 Payment by EFT ? CCR. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.227-7035 Buy American ? North American Free Trade Agreement Implementation Act ? Balance of Payment Program. Quotes must be received by the Contracting Officer no later than 1:00 p.m. HST, 8 September, 2003. Prices may be mailed, faxed or e-mailed. Prices should be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 201 PM), 1942 Gaffney St., Suite 100, Pearl Harbor, Hawaii 96860-5300. Facsimile proposals will be accepted at (808) 473-5750. E-mail prices may be addressed to: paulette_d_mesiona@pearl.fisc.navy.mil.
 
Place of Performance
Address: Honolu, Hawaii
Country: USA
 
Record
SN00416338-W 20030831/030829213922 (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.