Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
SOLICITATION NOTICE

R -- Office Administrative Support Services

Notice Date
7/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Army, ACA, Pacific, ACA, Fort Richardson, ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W91QVP9147C0001
 
Response Due
7/23/2009
 
Archive Date
9/21/2009
 
Point of Contact
Tammie Adair, 907-384-7104<br />
 
E-Mail Address
ACA, Fort Richardson
(tammie.adair@us.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
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. (ii) This is a Request for Quote (RFQ), and this synopsis solicitation number is W91QVP9147C0001. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. (iv) This solicitation is issued as a request for quote (RFQ) as a Total HUBZone small business set-aside. (v) The applicable NAICS is 561110. Size Standard: $7.0M. (vi) This synopsis solicitation contains (3) line items for base year to include (3) line items for option year. Quotes are being sought from Total HUBZone small business set-aside. (viii) Place of Performance: Regional Contracting Office, Richardson, 724 Quartermaster Drive, Bldg 600, Room B-242, Fort Richardson, Alaska 99505-0525. This is a new requirement, there are no incumbent employees. Anticipated award date: 24 July 2009, Firm-Fixed Price type contract. The proposed action is for 1 (one) year with a (1) year option. ****ATTENTION**** IN ACCORDANCE WI TH THE ATTACHED SPECIAL INSTRUCTIONS, ALL SUBMISSIONS AND RESPONSES TO THIS RFQ SHOULD BE SENT TO THE GOVERNMENT POINT OF CONTACT : ANITA BAKER, PHONE #907-384-7104 HAND DELIVERED OR MAILED TO: ATTN CCEC-PAR, ANITA BAKER, REGIONAL CONTRACTING OFFICE, RICHARDSON, P.O. BOX 5-525, 724 QUARTERMASTER DRIVE, BLDG 600, ROOM B-242, FORT RICHARDSON, ALASKA 99505-0525 Faxed and e-mailed quotes are not acceptable. Any email or faxed copies will be discarded without being read. Service Contract Wage Determination, U.S. Department of Labor Wage Determination No.: 2005-2017, Revision No.: 11, dated 05/26/2009, Anchorage, Alaska is hereby incorporated and made a part of the resulting contract. CLIN0001: Office Administrative Services Support, Qty 12 months. FFP, POP 3 Aug 2009 to 2 Aug 2010; The Contractor will provide a minimum of two (2) full-time employees (FTE)s to perform office administrative services support to Regional Contracting Office-Richardson, Alaska (RCO-AK) in accordance with the Performance Work Statement. UNIT PRICE$_______ NET AMOUNT$_____________ CLIN0002: Contract Manpower Reporting, Qty 1 each. FFP, POP 3 Aug 2009 to 31 Oct 2009; Perform Contract Manpower Reporting (CMR) in accordance with the Performance Work Statement. NOTE: The Proposed Price for CMR Reporting shall not exceed $300.00. UNIT PRICE$________ NET AMOUNT$_________ CLIN0003: Reimbursable Materials and Supplies, Qty $5000 Dollars, UP 1. FFP, POP 3 Aug 2009 to 2 Aug 2010; This reimbursable CLIN is for contractor acquired office materials, supplies, and equipment required in performance of this contract. The purchase and the cost of these office materials, supplies, and equipment shall be pre-approved by the Contracting Officer. Costs plus Overhead/General & Administrative expenses, excluding profit, are authorized. UNIT PRICE$_______ NET AMOUNT$_____________ CLIN1001 (Option): Office Administrative Services Support, Qty 12 months. FFP, POP 3 Aug 2010 to 2 Aug 2011; The Contractor will provide a minimum of two (2) full-time employees (FTE)s to perform office administrative services support to Regional Contracting Office-Richardson, Alaska (RCO-AK) in accordance with the Performance Work Statement. UNIT PRICE$_______ NET AMOUNT$_____________ CLIN1002 (Option): Contract Manpower Reporting, Qty 1 each. FFP, POP 1 Oct 2009 to 31 Oct 2010; Perform Contract Manpower Reporting (CMR) in accordance with the Performance Work Statement. NOTE: The Proposed Price for CMR Reporting shall not exceed $300.00. UNIT PRICE$_______ NET AMOUNT$_____________ CLIN1003(Option): Reimbursable Materials and Supplies, Qty $5000 Dollars, UP 1. FFP, POP 3 Aug 2010 to 2 Aug 2011; This reimbursable CLIN is for contractor acquired office materials, supplies, and equipment required in performance of this contract. The purchase and the cost of these office materials, supplies, and equipment shall be pre-approved by the Contracting Officer. Costs plus Overhead/General & Administrative expenses, excluding profit, are authorized. UNIT PRICE$_______ NET AMOUNT$_____________ GRAND TOTAL:$__________________ The Government will provide an adequate and reasonable work environment, which will be in a lighted and heated area. The Government will provide a workspace for the employees along with utility services normally provided other building tenants. Each workspace will have a telephone with access to outside telephone lines and a computer, both of which will be used only for Government business. The computer will provide access to data systems for successful completion of assigned duties. The Government will provide general office supplies required in the performance of duties required by the attached Performance Work Statement. Employees will have access to a fax machine, scanner and copying machine, which may or may not be located within the confines of their assigned work areas and which will be used only for Government business. General health and safety guidance will be furnished; compliance is required. Employees shall maintain the Government Furnished Property in the same condition as Government employees and shall be required to assist in office clean-up in the same manner as Government employees. Parking is available on a first come basis in the general vicinity of the work area; no reserved parking will be provided. (ix) ALL QUOTES SHALL BE SUBMITTED IN ACCORDANCE WITH THE ATTACHMENTS 1 THROUGH 6 FOR W91QVP9147C0001. Attachment 1-Performance Work Statement for W91QVP9147C0001, Attachment 2 Supplemental Pricing Schedule for W91QVP9147C0001, Attachment 3 for W91QVP9147C0001 Addendum to 52-212-1, Instructions to Offerors-Commercial Items (June 2008), Submission of Quote and Evaluation Criteria for W91QVP9147C0001, Attachment 4 Evaluation for W91QVP9147C0001, Attachment 5 Past Performance Questionnaire for W91QVP9147C0001, Attachment 6 Experience Reference Information for W91QVP9147C0001. (x) The provision at FAR 52.212-1, Instructions to Offerors Commercial (JAN 2004), FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) and FAR 52.212-3 ALT 1, Offeror Representations and Certifications-Commercial Items Alternate I (FEB 2009) applies to this acquisition. (xi) The contract will be awarded to the offeror that provides the best value to the government. (xii) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAR 2009) applies to this acquisition. All offers must include a completed copy of this provision with the pricing schedule outlined in ATTACHMENT 2 Supplemental Pricing Schedule. All Offerors must be currently registered in ORCA at website https://orca.bpn.gov/ (xiii) The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/ (xiv )The following clauses are incorporated by reference: FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-2 Evaluations- Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.247-34 F.O.B. Destination. 52.212-1 Instructions to OfferorsCommercial Items 52.212-4, Contract Terms and ConditionsCommercial Items, 52-219-3 Notice of Total HUBZone Set-Aside, 52.225-1 Buy American ActSupplies, 52.245-1 Government Property, (xv) The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) (SEE ATTACHMENTS 3 AND 4), FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its quote for the quote to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.03-6 Restrictions on Subcontractor Sales to the Government, (Sep 2006), with Alt I (Oct 1995), FAR 52.219-3 Notice of HUBZone Small Business Set-Aside (Jan 1999), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000), FAR 52.232-18 Availability of Funds (Apr 1984), FAR 52.219-8 Utilization of Small Business Concerns (May 2004), FAR 52.219-14 Limitations on Subcontracting (Dec 1996), FAR 52.219-28 Post Award Small Business Program representation (Jun 2007), FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), FAR 52.222-41 Service Contract Act of 1965 (Nov 2007), FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989), 52.222-43 Fair Labor Standards Act and Service Contract ActPrice Adjustment (Multiple Year and Option Contracts (Nov 2006), FAR 52.222-54 Employment Eligibility Incorporated by Reference Verification. FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-1 Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference. (xvi) The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.232-7010, Levis on Contract Payments. (xvii) The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: FAR 52.203-3 Gratuities (Apr 1984), DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7024, Notification of transportation of Supplies by Sea. DFARS 252.222-7000 Restrictions on Employment of Personnel (Mar 2000). The following Local Clauses apply to this solicitation and are incorporated in full text: Contractor can request a copy of the local clauses by contacting the Government point of contact listed in this solicitation; Local Clauses: RCO-AK 0001 Contact for Contract Administration, RCO-AK 003 Period of Performance, RCO-AK 004 Holidays, RCO-AK 006 Post Traffic Regulation, RCO-AK 008 Service Contract Wage Determination, RCO-AK 010 Required Insurance, RCO-AK 031 Payment Office Point of Contact, RCO-AK 017 Submission of Bids/Proposals, RCO-AK 033 WAWF Invoicing Instructions and Payment for Supplies/Services/Construction. (xviii) Contractor quote must list DUNS number, CAGE code, and Federal TIN with Company name, Point of Contact and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. (xviiii) DEADLINE: ALL OFFERS ARE DUE NO LATER THAN 23 July 2009 at 4:00pm. Alaska time. See Attachment 3 RFQ SUBMITTAL INSTRUCTIONS for W91QVP9147C0001. SPECIFIC INSTRUCTIONS SEE ATTACHMENT 3 Addendum to 52.212-1, Instructions to Offerors-Commercial Items (June 2008), SUBMISSION OF QUOTE AND EVALUATION CRITERIA. The submittal of an incomplete quote or failure to provide the required number of copies in the format requested may render the quote unacceptable. Faxed and e-mailed copies of quotes are not acceptable. The Contracting Officer may eliminate quote from competition that do not contain all of the required information/data. (xx) The Government assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. (xviii) Data and information furnished or referred to above is for the Contractors information. The Contracting Officer is the offerors only authorized source of information on questions relating to this solicitation. Any attempts by the offeror to obtain information from unauthorized sources may jeopardize the offerors eligibility to compete on this acquisition. Questions may be sent to the Contracting Officer via email. Email or faxed copies of questions may be discarded without being read without prior notification. Interested offerors are urged to submit any questions raised as a result of this RFQ by contacting the Contracting Officer or Government point of Contact(s) listed in this solicitation. For questions contact: Anita Baker anita.lee.baker@us.army.mil by 2:00 PM (AST) on 21 July 2009. A summary of questions received and Government responses will be provided to all parties via posting at Army Single Face to Industry (ASFI) at https://acquisition.army.mil/asfi/. Questions received after the specified date and time may not be answered. Contracting Office Address: RCO Alaska, ATTN CCEC-PAR, 724 Quartermaster Drive, P.O. Box 5-525, Fort Richardson, Alaska 99505-0525 Place of Performance: 724 Quartermaster Drive, Bldg 600, P.O. Box 5-525, Room B-242, Fort Richardson, Alaska 99505-0525 Point of Contact(s): Anita Baker, Contracting Officer 907-384-7104
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABQ/DABQ03/W91QVP9147C0001/listing.html)
 
Place of Performance
Address: Regional Contracting Office, Richardson, CCEC-PAR ATTN ANITA BAKER, 724 Quartermaster Drive, BLDG 600, Rm B-242 Fort Richardson AK<br />
Zip Code: 99505-0525<br />
 
Record
SN01874064-W 20090716/090714235125-4111db302d49d2092a71236665fbf2ec (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.