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
MODIFICATION

R -- Course of Instruction

Notice Date
9/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Navy, Naval Special Warfare Development Group, Naval Special Warfare Group Four, 2220 Schofiled Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-09-T-0666
 
Archive Date
10/1/2009
 
Point of Contact
Mary Tuttle, Phone: 757-763-4407, Ruby Phillips, Phone: 757-763-4432
 
E-Mail Address
mary.tuttle@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil
(mary.tuttle@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation, issued as a Request for Quotation; a written solicitation will not be issued. Solicitation Number H92242-09-T-0666 incorporates provisions and clauses that are in effect through FAC 2005-14, dated 22 November 2006 and DFARS Change Notice 20050930. The DPAS Rating for this solicitation is S1. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil. This requirement is Set-aside for Service Disabled Veteran Owned Small Business. The NAICS code is 541690, the Size Standard is $6.5. The Naval Special Warfare Group Four (NSWG-4) requests responses from qualified sources capable of providing Strategic Level Small Craft Combating Terrorism (SLSCCbt) Course Of Instruction Development for the Special Boat Team Twenty Two (SBT-22), located at Stennis Space Center, MS. 39529. NSWG-4 anticipates awarding a Firm Fixed Price Contract. CLIN 0001 Development Curriculum in accordance with Statement of Work attached, 1 LOT. CLIN 0002 Develop Cost estimate to conduct this four week course to include the following costs within: airfare, per diem, ground transportation, number of instructors and cost, plus all training aids, 1/LOT FOB is DEST. C ertification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 (Jun 06) 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Nov 2006), 52.222-3 Convict Labor (Jun 2003), 52.222-21 Prohibition of Segregated Facilities ((Feb 1999) 52.222-26 Equal Opportunity (Apr 2002), 22.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006), for EPA-Designated Products (Aug 2000), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), 52.233-3 Protest After Award (Aug 1996). DFAR 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of commercial items ( Nov 2001). Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) As prescribe in 5615.209(l), insert the following provision: 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 to the following point of contact: Mary Tuttle, Chief Contracting Officer, 2220 Schofield Road Norfolk, VA. 23521-4457, 757-763-4407 Mary.tuttle@nsweast.socom.mil 5652.228-9000 Required Insurance (2003) As prescribed in 5628.310, insert the following clause, The kinds and minimum amounts of insurance required in accordance with FAR 52.228-5 "Insurance-Work on a Government Installation" are as follows: TYPE AMOUNT Property Damage Liability $20,000 per occurrence Workers Compensation & Occupational Disease As required by federal and State Statutes Employer's Liability $100,000 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (July 2009) 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (May 2004) 52.212-2, Evaluation - Commercial Items (Jan 1999) is applicable to this procurement. (a) The government will award a contract resulting from this solicitation to the responsible Vendor whose offer conforms to the solicitation offering the lowest price technically acceptable. Solicitation and questions will only be received by email to the Contracting Officer, Mary Tuttle, email: mary.tuttle@nsweast.socom.mil, before closing date 4:00 PM EST, 16 September 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/N47898/NSWGF4/H92242-09-T-0666/listing.html)
 
Place of Performance
Address: Naval Special Warfare Group Four, 2220 Schofield Road, Norfolk, Virginia, 23521, United States
Zip Code: 23521
 
Record
SN01954129-W 20090916/090915001516-fa6a6b447d565505aebb6240aa58665b (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.