Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOLICITATION NOTICE

U -- Production of a Binge Drinking video for Marine Corps Base, Camp Lejeune, NC

Notice Date
7/30/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700107Q0117
 
Response Due
8/7/2007
 
Archive Date
9/6/2007
 
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; quotes are being requested and a written solicitation will not be issued. M6700107Q0117 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18, effective 30 Jun 2007 and DFARS Change Notice (DCN) 20070702. The proposed acquisition is a 100% small business set-aside. The associated North American Industrial Classification System (NAICS) code for this requirement is 512110. To meet the small business size standard a concern?s annual receipts must not average more than $27 million for their latest three completed fiscal years. A firm-fixed price contract will be awarded for the requirement that is described as fol lows: The purpose of this request for quote is to procure a training video to include a master script and lesson plan aimed at reversing the growing trend of alcohol related fatalities/incidents linked to binge drinking within the U.S. Marine Corps. The video will be specifically targeted to young Marines 18 ? 26 years old who are considered at high risk. A detailed description of the government?s requirement is located at Attachment 1. Delivery of final product to Marine Corps Base, Camp Lejeune, NC is required within 125 days ARO. The provision at 52.212-1, Instructions to Offerors ? Commercial Items applies to this acquisition. 52.212-2, Evaluation -- Commercial Items. Responses to this RFQ will be evaluated and awarded based on best value to the Government. Evaluation criteria in descending order are technical capability, delivery, past performance and price. Offerors shall provide at least three (3) relevant past performance references with their quote. Reference in formation shall include agency name, contract number, dollar amount, point of contact (include phone number), for which your firm has provided the same or similar items. Offerors are to include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. If the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov only paragraph (k) of this provision shall be completed. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items applies to this acquisition; FAR 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Applicable clauses cited in 52.212-5 are: 52.203-6 Restrictions on Subcontractor Sales to the Government Alt I, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on SubContracting, 52.222-3 Convict Labor, 52 .222-19 Child Labor ? Cooperation with Authorities and Remedies, 52.22 2-21 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 Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees and 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration. Additional FAR clauses applicable to this acquisition are: 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.232-17 Interest, and 52.242-13 Bankruptcy. The following DFARS clauses are applicable to this acquisition: 252.212-7000, Offeror Representations and Certifications--Commercial Items. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. Additional clauses cited in 252.212-7001 applicable to the acquisition are 52.203-3 Gratuities, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Requests for Equitable Adjustment and 252.247-7023 Transportation of Supplies by Sea. Additional DFARS clauses applicable to this acquisition are 252.204-7003 Control of Government Personnel Work Product, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, 252.225-7000 Buy American Act ? Balance of Payments Program Certificate and 252.243-7001 Pricing of Contract Modifications. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or v isit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Are Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is https://wawf.eb.mil. WAWF training can be accessed at http://www.wawftraining.com/. Numbered Note 1 applies. Questions must be submitted by 2:00 p.m. EDT, 01 August 2007 via email to janice.makinson@usmc.mil. Quotes are due by 2:00 p.m. EDT, 07 August 2007 and may be emailed to janice.makinson@usmc.mil. The burden of insuring the Contractor?s quotes are received by this office, within the stated timeframe, is the Contractor?s responsibility. Quotes shall include (1) pricing information with a breakdown of cost data showing all costs expected to be incurred under the contract. The data should be presented in a logical format to permit ease of tracking and evaluation; (2) technical information to include the contractor?s technical approach for accomplishment of work that explains how the requirements detailed in attachment (1) of this solicitation will be accomplished from beginning to end. This plan must include specific time frames for completing all phases of the requirement up to delivery of the final product. This narrative should demonstrate the offeror?s understanding of the work; and (3) relevant and acceptable past performance information, providing references that demonstrate the contractor?s experience in performing work of a similar type, size, volume and complexity as stated in this requirement. Points of contact for this requirement are Janice Makinson, (910 ) 451-3017 and Barbara Mullin, (910) 451-3095.
 
Record
SN01356725-W 20070801/070730222225 (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.