Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
SOLICITATION NOTICE

B -- CONSULTING SERVICES - Statement of Work

Notice Date
9/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, MARSOC, Building H-1, Floor 1GS, Camp Lejeune, North Carolina, 28542, United States
 
ZIP Code
28542
 
Solicitation Number
H92257-09-Q-0011
 
Archive Date
9/29/2009
 
Point of Contact
James W. Fuhs, Phone: 910-449-9853, Christopher A Brissette, Phone: 910-450-9081
 
E-Mail Address
james.fuhs.ctr@usmc.mil, christopher.brissett@usmc.mil
(james.fuhs.ctr@usmc.mil, christopher.brissett@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
State of Work Consulting Services COMBINED SYNOPSIS/SOLICITATION FOR CONSULTING SERVICES PR# M6790609SU00099 Solicitation#H92257-09-Q-0011 FSC: B541 Study/Defense 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; proposals are being requested and a written solicitation will not be issued, FAR Subpart 13.5 procedures are being utilized. Solicitation number H92257-09-Q-0011 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005–26 and DFARS Change Notice DCN 20080423. The proposed acquisition is restricted to Total Small Business Size. The associated NAICS code is 541611. Marine Corps Special Operations Command, Camp Lejeune North Carolina, The purpose of this solicitation is to obtain the necessary personnel, services, and functional support to provide mentoring, teaching, training, advice and recommendations required to train Senior Marine Commanders, staffs and students on existing knowledge and expertise in the Special Operations Spectrum of Warfare. Advisory/Consulting services will assist the command in defining roles and missions, and interfacing with other Services and Government agencies that operate in the Special Operations arena. The Contractor shall provide all supplies F.O.B. destination. Location of the Government site is aboard Camp Lejeune North Carolina and will be identified on the contract. Period of perfromance is 30 Sept 2009 – 29 Sept 2010. The Government anticipates award of a Firm Fixed Price contract. The evaluation factors for this RFQ are technical capability, price, and past performance. The Government intends to make award based on best value. “Best value” means the expected outcome of the acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. An offer will be considered incomplete and will not be considered for award if technical acceptability and past performance can not be met. The following Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Special Operations Federal Acquisition Regulation Supplement (SOFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1, 52.212-2 Instructions to Offerors – Commercial Items; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The following clauses apply under FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items; FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; 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 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41, Statement of Equivalent Rates for Federal Hires; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212.7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7001 Pricing of Contract Modifications; DFARS 252.225-7042 Authorization to Perform. The following clauses apply under DFARS 252.212-7001; FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests; SOFARS 5652.291-9002 Authorized Changes Only By Contracting Officer; SOFARS 5652.204-9003 Disclosure of Unclassified Information; SOFARS 5652.252-9000 Notice of Incorporation of Section K. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far DFARS website: http://www.acq.osd.mil/dpap /dars/dfarspgi/current/index.html. and SOFARS website http://farsite.hill.af.mil/reghtml/regs/other/ussocom/ussocom1toc.htm Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Are Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. This combined synopsis/solicitation is also available electronically on the Federal Business Opportunities (FedBizOpps) World Wide Web site (www.fbo.gov). Submit quotes call Fuhs, James W. Contracting Department, P.O. Box 8368, Camp Lejeune, NC 28547-8368, via email to james.fuhs.ctr@usmc.mil or via facsimile (910) 451-3622. Fuhs, James W. at telephone number (910) 449-9853 can be contacted for information regarding the solicitation. Quotes are due on 28 Sept 2008 by 1200PM Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/MARSOC/H92257-09-Q-0011/listing.html)
 
Place of Performance
Address: UNITED STATES MARINE CORPS SPECIAL OPERATIONS COMMAND (MARSOC), CAMP LEJEUNE, North Carolina, 28542, United States
Zip Code: 28542
 
Record
SN01961352-W 20090920/090919000923-4012aad8ebaf002d48f9eb44d398242c (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.