Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2008 FBO #2509
SOLICITATION NOTICE

19 -- Chaplain Led Program for Spouse Counseling and Intervention

Notice Date
10/7/2008
 
Notice Type
Modification/Amendment
 
NAICS
487210 — Scenic and Sightseeing Transportation, Water
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-09-T-0006
 
Response Due
10/8/2008 12:00:00 PM
 
Archive Date
10/23/2008
 
Point of Contact
Christine G. Anderson,, Phone: 757-893-2715
 
E-Mail Address
christine.anderson@vb.socom.mil
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to Unrestrict this procurement and revise the NAICS code to read 487210. This is a combined synopsis/solicitation for a Chaplain Led Program for spouse counseling and intervention in accordance with the attached statement of objectives prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-09-T-0006, and a firm fixed price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-27 effective 17 September 2008. The North American Industrial Classification Code (NAICS) 532411 with a business size standard of $6.5 million applies to this procurement. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-C9. FOB point is Destination. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies/Services Contract Line Item Number (CLIN) 0001 Chaplain Led Program for spouse counseling and intervention in accordance with the attached statement of objectives. Date: 12 October 2008; Time: 1200-1800; Maximum number of individuals: 67 CLIN 0002 OPTION Chaplain Led Program for spouse counseling and intervention in accordance with the attached statement of objectives. Date: To Be Determined (TBD); Time: TBD; Maximum number of individuals: TBD CLIN 0003 OPTION Chaplain Led Program for spouse counseling and intervention in accordance with the attached statement of objectives. Date: To Be Determined (TBD); Time: TBD; Maximum number of individuals: TBD CLIN 0004 OPTION Chaplain Led Program for spouse counseling and intervention in accordance with the attached statement of objectives. Date: To Be Determined (TBD); Time: TBD; Maximum number of individuals: TBD Section C Specifications STATEMENT OF OBJECTIVES / DESCRIPTION OF SERVICES NAVAL SPECIAL WARFARE DEVELOPMENT GROUP (NSWDG) CHAPLAIN LED PROGRAM FOR SPOUSE COUNSELING AND INTERVENTION <h5> </h5> 1. Scope : The contractor shall provide a venue to accommodate a chaplain led group counseling session, to include lunch and dinner. The intent of the counseling is to provide training and intervention for command member's spouses. Location of Service: Hampton Roads vicinity. 2. Minimum Requirements : - The Contractor will charter a sea going vessel that has a venue onboard to accommodate a maximum of 67 personnel for a series of group led counseling sessions. The vessel should also have a venue to accommodate one-on-one counseling if needed. - Vessel will navigate in and around local waterways during contracted period of performance. - The Contractor will provide a hosted lunch and dinner for all 67 passengers, including non-alcoholic beverages. For both lunch and dinner, a choice of two entrees will be offered in addition to salad, dessert and non-alcoholic beverages. The choice of one entrée selection each for lunch and dinner per individual will be provided to the vendor on a consolidated list one week prior to the contract. - The Contractor will provide a miscellaneous audio-visual equipment to support the training sessions. 3. Period of Performance : October 12, 2008 from the hours of 1200 - 1800, with an option for an additional three dates to be agreed on at a later date. 5. Security : All sessions shall be conducted in unclassified manner. 6. Government Furnished Information : None. 7. Government Furnished Material : None. 8. Government Furnished Equipment : None. 9. Command Representative : The lead NSWDG Representative is Alan Brandt, NSWDG Religious Program Specialist, 757-893-2585 for technical questions only. Contractual point of contact is Christine Anderson at (757) 893-2715. CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (Jul 2004) FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) FAR 52.203-8 Cancellation, Recission and Recovery of Funds for Illegal or Improper Activity (Jan 1997) FAR 52.204-7 Central Contractor Registration (Jul 2006) FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2006) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2007) (DEVIATION) FAR 52.217-5 Evaluation of Options (Jul 1990) FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-35 Alt I Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) Alternate I (Dec 2001) FAR 52.222-36 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) FAR 52.222-41 Service Contract Act of 1965, as amended (Jul 2005) FAR 52.232-17 Interest (Jun 1996) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) FAR 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (May 1999) FAR 52.233-1 Disputes (Jul 2002) FAR 52.244-6 Subcontracts for Commercial Items (Mar 2007) FAR 52.246-4 Inspection of Services - Fixed Price (Aug 1996) DFARS 252.204-7004 Central Contractor Registration (Nov 2003) Alt A DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (Dec 2006) DFARS 252.211-7003 Item Identification and Valuation (Jun 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) (Deviation) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Jan 2007) DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) SOFARS 5652.233-9000 Independent Review of Agency Protests (Jan 2005) SOFARS 5652.237-9000 Contractor Personnel Changes (Jan 1998) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (Feb 1995) FAR 52.212-2 Evaluation Commercial Items (Jan 1999) •(a) 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: technical competence, past performance, and price. Technical competence and past performance, when combined, weighs more than price. Offerors shall submit past performance information to include contract number, government agency point of contact and contact information, description of supplies/services provided, unit of issue, unit price, and extended price. Past performance shall be current and shall not exceed three (3) fiscal years before posting date of the combined synopsis/solicitation on FBO. •(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options for the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). •(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time of acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (MAY 1989) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) <h4> FAR 52.217-8 -- Option to Extend Services (Nov 1999) </h4> The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Rick Smith, telephone (757) 893-2701. SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Rick Smith, telephone (757) 893-2701. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Quotes must be received no later than 2:00 p.m. Eastern Standard Time (EST) on 8 October 2008. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Christine Anderson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=362f51c90259bfb1412845cae4c30e21&tab=core&_cview=1)
 
Place of Performance
Address: Hampton Roads Vicinity, Virginia Beach, Virginia, 23461-2299, United States
Zip Code: 23461-2299
 
Record
SN01689556-W 20081009/081007220235-362f51c90259bfb1412845cae4c30e21 (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  © 1994-2020, Loren Data Corp.