Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

U -- Foreign Weapons Training and Familiarization

Notice Date
4/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Polk, ACA, Fort Polk, Directorate of Contracting, PO Drawer 3918, Fort Polk, LA 71459-5000
 
ZIP Code
71459-5000
 
Solicitation Number
W90V689021ET04
 
Response Due
4/24/2009
 
Archive Date
6/23/2009
 
Point of Contact
Magdaleno M. Guzman III, 337-531-2357<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for Commercial Items/Services in accordance with the format prescribed in FAR Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote; solicitation number is W90V689021ET04, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The anticipated award date is on or about 14 May 09. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31 effective 19 Mar 09. This procurement is 100% set aside for Service-disabled Veteran Owned concerns. The NAICS code is 611699 with a business size standard of $7.0 million. The Fort Polk contracting office has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN 0001 Foreign Weapons Training and Familiarization for various military personnel to be taught in accordance with the Statement of Work from 01 JUL 09 through 30 JUN 10 Qty - 384 hours (est.) CLIN 0002 Contractor Manpower Reporting in accordance with https://contractormanpower.army.pentagon.mil NOT SEPARATELY PRICED CLIN 1001 Foreign Weapons Training and Familiarization for various military personnel to be taught in accordance with the Statement of Work from 01 JUL 10 through 30 JUN 11 Qty 384 hours (est.) CLIN 1002 Contractor Manpower Reporting in accordance with https://contractormanpower.army.pentagon.mil NOT SEPARATELY PRICED Place of Performance: 162d Infantry Training Brigade, Fort Polk, LA 71459 Section C Specifications SoW attached seperately. Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions JUL 2004 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity JAN 1997 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity JAN 1997 52.204-7 Central Contractor Registration APR 2008 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.232-11 Extras APR 1984 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.232-36 Payment by Third Party MAY 1999 52.233-1 Disputes JUL 2002 52.233-3 Protest After Award AUG 1996 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.242-13 Bankruptcy JUL 1995 52.242-15 Stop-Work Order AUG 1989 52.244-6 Subcontracts for Commercial Items FEB 2009 52.246-25 Limitation Of Liability--Services FEB 1997 52.247-34 F.O.B. Destination NOV 1991 252.204-7004 REQUIRED CENTRAL CONTRACT REGISTRATION FEB 1999 252.204-7006 Billing Instructions OCT 2005 252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil. All FULL TEXT clauses are in the accompanying attachments. 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: Past Performance, Technical competence and price. Technical competence and past performance when combined weighs more than price. Technical Competence in this solicitation refers to the Contractor providing the necessary documentation (as necessary) confirming their ability to traverse interstate with foreign weapons in accordance with the Bureau of Alcohol, Tobacco and Firearms and the Drug Enforcement Agency policies and procedures. 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 performanace shall be current and shall not exceed three (3) fiscal years before posting date of the combined synopsis/solicitation on FBO. Government will award this contract based on best value to the Government. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to 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 for 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. Local clauses are in the accompanying attachment of FULL TEXT clauses. Offerors must scrutinize this solicitation and any attachments of this announcement to 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. Quotes must be received no later than 4:00 PM. Central Standard Time (CST) on 24 Apr 2009. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed or emailed. QUOTES SHALL INCLUDE: (1) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number), with a schedule of offered items to include unit price and total price of CLINs. (2) Representation and Certifications compliant with FARS Clause 52.212-3. (3) Acknowledgement and agreement with amendments, if used. (4) Evidence of technically acceptability, delivery schedule and past performance reference. Amendments, if any, will be posted on FedBizOpps at http://www.fedbizopps.gov. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Offerors must have a current registration in the Central Contractor Registration (CCR) prior to award. Website for CCR is www.ccr.gov. 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. Questions shall be sent by email to the following point of contact: MAJ Mac Guzman, Contract Mgmt Officer; Email address: mac.guzman@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5c242788711fca21684ae01a55f47af2&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Polk Directorate of Contracting, PO Drawer 3918 Fort Polk LA<br />
Zip Code: 71459-5000<br />
 
Record
SN01785090-W 20090405/090403220309-5c242788711fca21684ae01a55f47af2 (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.