Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOLICITATION NOTICE

R -- Logistical Support

Notice Date
7/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Natick, RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W91A2K-9212-9040
 
Response Due
8/6/2009
 
Archive Date
10/5/2009
 
Point of Contact
Huy D Le, 5082335940<br />
 
E-Mail Address
RDECOM Acquisition Center - Natick
(huy.d.le@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) FAR Subpart 12.6 in conjunction with 13.5, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotes (RFQ). The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-34. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/. This solicitation has no set-aside. The North American Industrial Classification System (NAICS) code for this procurement is 541614. This solicitation will end on 6 August 2009, at 12:00 p.m. Eastern Standard Time. Quotes shall reference solicitation # W91A2K-9212-9040 and shall include pricing as follows: Period of Performance (POP): Will commence upon date of award and continue for 60 days. CLIN 0001: Logistical Support POP: Days 1-30 Description: The contractor shall provide Integrated Logistics Support personnel to manage, secure, receive, store, distribute and ship Aerial Delivery equipment/items from a logistic support location located within 17 Miles of 1 Normandy Drive, Fort Bragg, North Carolina 28307. Logistic support location must have at least 300,000 sqft of storage space for Aerial Delivery equipment/items. Price $_________________________ CLIN 0002: Logistical Support POP: 31-60 Description: The contractor shall provide Integrated Logistics Support personnel to manage, secure, receive, store, distribute and ship Aerial Delivery equipment/items from a logistic support location located within 17 Miles of 1 Normandy Drive, Fort Bragg, North Carolina 28307. Logistic support location must have at least 300,000 sqft of storage space for Aerial Delivery equipment/items. Price $_________________________ Total Price $___________________ Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, CLIN price, an overall total price. The offeror shall include, any discount terms, cage code, DUNS number, tax identification number, size of business, acknowledgement of solicitation Amendments (if any), and a statement that the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, has been completed electronically online at http://orca.bpn.gov/publicsearch.aspx The provisions at FAR 52.212-2 Evaluation-Commercial Items applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price. The following FAR clauses are applicable to this acquisition: 52.203-3 Gratuities 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION) (FULL TEXT) 52.219-8 Utilization of Small Business Concerns 52.222-3 Convict Labor 52.222-21 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 52.222-50 Combating Trafficking in Persons 52.222-51 Exemption from Application of the Service Contract act to Contracts for Maintenance, Calibration, or Repair of Certain EquipmentRequirements 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements 52.223-16 Alt I IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 200&0 Alternate I 52.225-13 Restrictions on Certain Foreign Purchases 52.227-1 Authorization and Consent 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3 Protest After Award 52.242-13 Bankruptcy 52.247-29 F.O.B. Origin 52.247-65 F.O.B. Origin, Prepaid Freight--Small Package Shipments 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FULL TEXT) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (FULL TEXT) 52.253-1 Computer Generated Forms 252.204-7003 Control Of Governmen Personnel Work Product 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEVIATION) (FULL TEXT) 252.225-7012 Preference For Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.239-7001 Information Assurance Contractor Training and Certification 252.243-7001 Pricing Of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification Of Transportation Of Supplies By Sea To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Quotes are due no later than 12:00 pm EST, 6 August 2009 at the Natick Contracting Division located at USA Army Soldier Systems Center, 1 Kansas St., Natick, MA 01760. Faxed or emailed quotes are acceptable. The assigned Contract Specialist is Huy Le, commercial (508)233-5940, email Huy.D.Le@us.army.mil, or fax (508)233-4998.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD16/W91A2K-9212-9040/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA<br />
Zip Code: 01760-5011<br />
 
Record
SN01894720-W 20090802/090731235417-8713852c0ae24a18b7344267bc678d16 (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.