Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2008 FBO #2280
SOLICITATION NOTICE

U -- Professional Development and Exercise Support

Notice Date
2/21/2008
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K21-8028-0700
 
Response Due
3/10/2008
 
Archive Date
5/9/2008
 
Point of Contact
Sherri Shepherd, 801-523-4093
 
E-Mail Address
Email your questions to USPFO for Utah
(sherri.shepherd@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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; proposals are being requested and a written solicitation will not be issued. This will be a 100% Service Disabled Veteran Owned Small Business Set Aside acquisition under North American Industry Classification System Code 611699, with a small business size standard of $6.5M. SPECIFICATIONS: The 19th Special Forces Group (Airborne) (19th SFG(A)), Utah Army National Guard is conducting training to improve its battle staff capability to perform its joint Special Operations headquarters mission as a Special Force s Operations Base (SFOB) and Joint Special Operations Task Force (JSOTF). The contractor shall develop and conduct two (2) Leader Training Program (LTP), Battle Command Seminar training sessions in May and July 2008. The contractor shall also develop and execute a two (2) week Command Post Exercise (CPX) that coincides with the 19th SFG(A) Annual Training (AT) period 18-26 August 2008. Interested parties may request a copy of the Performance Work Statement via e-mail at sherri.shepherd@us.army.mil. AP PLICABLE PROVISIONS AND CLAUSES: FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/VFDFARA.HTM. The following clauses and provision s are incorporated either by reference or full text and the clauses are to remain in full force in any resultant contract: (1) FAR 52.204-4 Printed or Copied-Double Sided on Recycled Paper; (2) FAR 52.204-7 Central Contractor Registration; (3) FAR 52.212- 1 Instructions to Offerors--Commercial Items; (4) FAR 52.212-2 Evaluation--Commercial Items; (5) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with Alternate I; (6) FAR 52.212-4 Contract Terms and Conditions--Commercial Items; (7) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract (a) 52.203-6 Restrictions on Subcontractor S ales to the Government, with Alternate I ; (b) 52.219-8 Utilization of Small Business Concerns; (c) 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; (d) 52.222-3 Convict Labor; (e) 52.222-21 Prohibition of Segregated Facil ities; (f) 52.222-26 Equal Opportunity; (g) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; (h) 52.222-36 Affirmative Action for Workers with Disabilities; (i) 52.222-37 Employment Report s on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (j) 52.222-39 Notification of Employee Rights concerning Payment of Union Dues or Fees; (k) 52.225-13 Restrictions on Certain Foreign Purchases; (l) 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration; (8) FAR 52.222-25 Affirmation Action Compliance; (9) FAR 52.233-1 Disputes; (10) FAR 52.233-2 Service of Protest; (11) FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation; ( 12) FAR 52.252-2 Clauses Incorporated by Reference; (13) DFARS 252.201-7000 Contracting Officers Representative; (14) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (15) DFARS 252.209-7001 Disclosure of Ownership or Control by the Govern ment of a Terrorist Country; (16) DFARS 252.212-7000 Offeror Representations and Certifications  Commercial Items; (17) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) 52.203-3 Gratuities; (b) 252.225-7012 Preference for Certain Domestic Commodities; (c) 252.232-7003 Electronic Submission of Payment Requests; (d) 252.243-7002 Requests for Equitable Adjustment; and (e) 252.247-7023 Transportation of Supplies by Sea. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the government, price and other factors considered. Selection will be based on the following evaluation factors: Technical, past performance, management and cos t. Technical is equally as important as part performance, management and cost combined. Past performance, technical and management when combined are more important than cost. ADDITIONAL INFORMATION: To receive the award, the offeror must be regist ered in the Central Contractor Registration (CCR) database, which can be accessed at www.ccr.gov. Proposals shall be received NLT 2:00 P.M. MST on March 10, 2008. Proposals may be sent via e-mail to Sherri Shepherd at sherri.shepherd@us.army.mil. Questi ons regarding this solicitation must be in writing and may be sent via e-mail to the address above.
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
Country: US
 
Record
SN01513890-W 20080223/080221224419 (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.