Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
MODIFICATION

R -- MODIFICATION TO PREVIOUS VERSION POSTED 31 AUGUST 2005.

Notice Date
9/2/2005
 
Notice Type
Modification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-05-R-D212
 
Response Due
9/15/2005
 
Archive Date
11/14/2005
 
Point of Contact
brendan.burke, 7324271486
 
E-Mail Address
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(brendan.burke@mail1.monmouth.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services 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; pr oposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This solicitation is issued as a request for pr o posal (RFP) as a small business set-aside from C-E LCMC Acquisition Center, Fort Monmouth, NJ 07703, AMESL AC-CA-RT-P, and the number assigned to it is W15P7T-05-R-D212. The proposed action is for a four (4) month, Firm-Fixed Price type contract. The Co nt ractor will perform contract closeouts on 435 contracts for the period of 30 September 2005 through 31 January 2006. The contracts will be closed out in accordance with all Federal and Defense Rules and Regulations, and CE-LCMC Policies and Procedures. T h e contractor can invoice monthly, and will be paid for each contract closed out during subject calendar month at a rate of the total proposed cost divided by 435. Army Working Capitol Funds, Army appropriations will be utilized for this effort. The Gove rn ment will provide office space, computers, phones, fax, email, supplies and access to applicable areas and databases for contract closeout for up to three personnel. Travel is not anticipated but will be in compliance with the Joint Travel Regulation (J TR ). Contractor employees will be required to sign a non-disclosure statement. Offerors are required to complete and submit a copy of the FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items; this provision is to be sent as a s eparate electronic attachment. Proposals must be submitted by 15 September 2 005 at 1600. The anticipated award date is on or around 23 September 2005. The NAICS code for this acquisition is 541611 with the small business size standard being under $6M. Ple ase contact Mark Junda, mark.junda@mail1.monmouth.army.mil, 732-532-8344, with any questions or concerns. The US Army CECOM has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitation for Requ est for Proposals (RFPs), Request for Quotations (RFQs), and Invitations for Bids (IFBs) from C-E LCMC to industry. All parties interested in doing business with C-E LCMC are invited to access, operate, send and receive information from the IBOP at http ://abop.monmouth.army.mil See Numbered Notes 1. FAR 52.212-2 The Government will award a 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: 1. Price 2. Past Performance 3. Technical Capability (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within t he time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the of fers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are nego tiations after its receipt, unless a written notice of withdrawal is received before award. The following clauses are incorporated by reference: 52.222-3 Convict Labor. 52.219-14 Limitations on Subcontracting. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Vet erans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-13 Restrictions on Certain Foreign Pu rchases 52.212-4 Contract Terms and ConditionsComm ercial Items 52.232-29 Terms for Financing of Purchases of Commercial Items 252.232-7003 Electronic Submission of Payment Requests 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration 52.237-3 Continuity of Services ***ANSWERS TO SUBMITTED QUESTIONS*** Q1. Are these all Firm Fixed Price with evidence of physical completion? If not can you give an approximate mix of PO/DO, fixed price contracts, labor hour, IDIQ, and cost reimbursable contracts? A1. A mix of all types of contracts including cost will be supplied. Coordination with ACOs and DCAA will be required. We have both DCMA and DCAA liaisons in house. No approximate mix can be given at this time. Q2. Does this include IDIQ contracts with delivery orders that are not part of the 435 count, and if so are we required to document closeout of individual delivery orders before closing the contract? A2. Individual DOs must be closed out. A DO is considered as a closed out contract in the 435 count. Q3. Are the physical files in good order, and/or will the contractor be required to reconstruct missing award/modification or other significant documents? A3. Most files are in good order, however reconstruction of files and transferred work from other buying activities will exist. Q4. Will we have a single CO/KO as point of contact for signing off on closeouts, or will we be working with various COs/KOs? A4. A CO/KO is designated as a team leader. However coordination with the CO/KO of records may be required. Q5. Will contracts be considered closed when payment is authorized, or do the records have to be closed in DFAS? A5. Closeouts are considered complete for the 435 count when brought to a point inherently governmental remaining. If a de-obligation is required the amount is to be noted by the closeout contractor but does not need to be cleared through DFAS to count fo r the 435 count, provided the work submitted was in accordance with the standards in the PWS. Q6. Am I to understand you correctly, that at each contract close out that times the rate per contract (contract x rate = billing dollars amount). A6. The contractor will be paid a rate per contract closed out. ie: If the contractor performs 30 contract closeouts in a month, and the rate per contract is $2, they will bill as follows: (# of contracts closed out) x (amt per contract closed out) 30 x $2 = $60 Q7. Will a proposal be required or can a contractor submit a GSA Schedule? A7. This acquisition is not being procured through a GSA Schedule. Therefore a proposal should be submitted in accordance with the synopsis posted to the ASFI/FedBizOpps website on 31 August 2005. Q8. Would the Government consider a different NAICS code for this procurement? A8. The current NAICS code, 541611, best reflects the type of effort described in the PWS. No waivers will be granted.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00886108-W 20050904/050902212311 (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.