Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

B -- CONSULTING SERVICES

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Joint Task Force Bravo (JTF-B), Contracting Office, Unit 5720, PSC 42, APO, AA 34042
 
ZIP Code
34042
 
Solicitation Number
W90VTJ91102500
 
Response Due
9/28/2009
 
Archive Date
11/27/2009
 
Point of Contact
Yesica M. Valladares, 011(504)2344634
 
E-Mail Address
Joint Task Force Bravo (JTF-B)
(yesica.valladares.hn@jtfb.southcom.mil)
 
Small Business Set-Aside
N/A
 
Description
1. The Contracting Office on Joint Task Force Bravo, Soto Cano, Honduras, has a requirement for Consulting services. As prescribed in FAR subpart 12.102(f)(1), this is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12.6 in conjunction with 13.5 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is W90VTJ91102500. 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2005-36 Effective August 11, 2009, and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20090825 edition. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This acquisition is unrestricted. The NAICS code applicable to this acquisition is 541614. The requirement consists of the following two contract line items (CLINs): ITEM DESCRIPTION, QTY, UNIT, UNIT PRICE, TOTAL AMOUNT. 0001 Consulting service in accordance with attached Statement of Objectives (SOO). Quoted price must include total for performance IAW the attached SOO and travel and incidentals to and from Soto Cano, Honduras; quantity of 1; unit is each; UNIT PRICE ________ 0002 Contractor Manpower Reporting; quantity of 1; unit is each; UNIT PRICE ___Not Separately Priced_____. TOTAL AMOUNT OF QUOTE________________________ 3. Attachments: Statement of Objectives, CMR worksheet, CLS/SSP cross-reference data 4. Required delivery: 5. Delivery point is FOB Destination to: Not applicable 6. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. 7. Addenda to 52.212-1. The following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. 8. To receive an award resulting from this solicitation, US offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. 9. DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 10. OFFER SUBMISSION INSTRUCTIONS: Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. a. Quotations may be submitted in any contractor format and shall include: (i) Company name, address, telephone number, e-mail address, and FAX number; (ii) Solicitation number; (iii) Unit Price and extended prices for CLINs; (iv) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (v) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) b. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. c. Descriptive literature: The offeror shall provide literature such as illustrations, drawings, or other documentation that demonstrates the offered products meet the Governments minimum physical, functional, and performance characteristics. This information will be used to determine technically acceptability. 11. FAR 13.106-2 Evaluation of Quotations or Offers - The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price contract to the responsible offeror based on lowest priced, technically acceptable offer. a. Technical acceptability will be evaluated on an acceptable/unacceptable basis based on the descriptive literature demonstrating that vehicle being offered meets the specifications listed. b. All quotes found technically acceptable will then be evaluated for overall lowest price, which includes shipping charges to the FOB destination point. Award will be made to the lowest price, technically acceptable offer. 12. FAR 52.212-4 Contract Terms and Conditions Commercial Items. 13. Addenda to 52.212-4; the following clauses apply: a. FAR 52.247-34 FOB Destination b. DFARS 252.232-7010 Levies on Contract Payments c. INSTRUCTION FOR PAYMENT BY DFAS This contract/order will be paid by DFAS. Invoices for supply contracts shall be submitted at time goods are shipped. Invoices for service contracts shall be submitted in accordance with instructions provided in the contract/order. At a minimum, each invoice shall include the following information: - Contractor name, address, and CAGE code - Invoice date and invoice number - Contract number/order number - Contract Line Item Numbers (CLINs) with corresponding BOSS document numbers - CLIN description, quantity, unit of measure, unit price and extended total prices - Additional information required by the Prompt Payment Act at FAR 52.232-25 Unless indicated elsewhere in this contract/order, invoices shall be faxed or emailed to the contract specialist identified on page 1 of this document in the block titled Administered by. In accordance with the Prompt Payment Act (FAR 52.232-25), payment will normally be made within thirty (30) days after receipt of proper invoice or acceptance of supplies/services, whichever is later. All inquiries regarding payments shall be directed to: DFAS - ATTN: DFAS-CVDAAD/CO P.O. Box 369016 Columbus, OH 43236-9016 email: DFAS-CO_LC@dfas.mil Phone: 800-756-4571 - select option 2 and then option 2. Check payment status on the web at www.dod.mil/dfas under Money Matters. d. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Commercial Items (in paragraph b) the following clauses apply: 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration e. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses provisions apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7002, Requests for Equitable Adjustment f. The following clauses will be included if award is made to a host nation vendor: 52.225-14, INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF CONTRACT (FEB 2000); 252.229-7001, TAX RELIEF (JUNE 1997); 252.225-7042, AUTHORIZATION TO PERFORM ((APR 2003); 252.232-7008, ASSIGNMENT OF CLAIMS (OVERSEAS) (JUN 1997); 252.233-7001, CHOICE OF LAW (OVERSEAS) ((JUN 1997); and, 252.225-7041, CORRESPONDENCE IN ENGLISH (JUN 1997). g. DFARS 252-246-7000, Material Inspection and Receiving Report (Mar 2008). 14. Offerors responding to this announcement shall submit their quotations via electronic mail to magdaleno.guzman@jtfb.southcom.mil. All quotes must be received by 28 September 2009 to be considered for award. 16. Point of Contact: All questions shall be submitted in writing by electronic mail to MAJ M. Guzman at magdaleno.guzman@jtfb.southcom.mi l. Additional Info: Contracting Office Address: JTF-B Contracting Office/US Army Soto Cano AFB, Palmerola, Comayagua, Honduras, C.A. Phone: (504) 237-8833 Ext. 5072 Fax: (504) 237-8833 Ext. 4497
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABR/DABR09/W90VTJ91102500/listing.html)
 
Place of Performance
Address: Joint Task Force Bravo (JTF-B) Contracting Office, Unit 5720, PSC 42 APO AA
Zip Code: 34042
 
Record
SN01953474-W 20090916/090915000454-7427e2cb53e52ce0fbe9237483451712 (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.