Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2010 FBO #3002
SOLICITATION NOTICE

R -- Leather Instructor - Leather Packet

Notice Date
2/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611610 — Fine Arts Schools
 
Contracting Office
Department of Justice, Bureau of Prisons, USP Pollock, PO Box 1000, 1000 Airbase Road, Pollock, Louisiana, 71467
 
ZIP Code
71467
 
Solicitation Number
RFQPO5191000010
 
Archive Date
4/16/2010
 
Point of Contact
Kerry L. Roberts, Phone: 3185615308, Delbert C. Grigsby, Phone: (318) 561-5310
 
E-Mail Address
k4roberts@bop.gov, dgrigsby@bop.gov
(k4roberts@bop.gov, dgrigsby@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ, SOW, DOL Wages 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. The Federal Bureau of Prisons, Federal Correctional Complex, located in Pollock, Louisiana intends to make a single award of a firm-fixed price type contract to a responsible entity for the provision under RFQPO5191000010 for Leather Instructor. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. DESCRIPTION / SCHEDULE: The contractor shall instruct Leather Craftsman classes at FCC Pollock at least two (2) hours per day and no less that two (2) days per week, normally between the hours of 6:30 p.m. to 8:30 p.m. (except on Federal holidays). See Statement of Work attached. CONTRACT PRICING: Contract pricing must include all cost or price associated charges or fee’s and delivery cost (FOB Destination) to FCC Pollock, Pollock, Louisiana. The government reserves the right to award without discussion; therefore, the initial quote should contain the quoters best terms from a price standpoint. Quoters are hereby notified that an offer of contract award shall be extended to the responsive/responsible quoter submitting the lowest price and/or technically acceptable quote. PRICING METHODOLOGY: The quantity of services to be provided by the contractor are estimated in the Pricing Schedule. These estimates are not a representation to a quoter or contractor that the estimated quantities will be ordered, or that conditions effecting requirements will remain stable or normal. The contract rate for these services shall be on a per session basis. Quoters are required to submit a completed copy of the Schedule of items located below. Pursuant to FAR 17.203(b), the Government evaluation shall be inclusive of options depending on the quantities actually ordered and the dates when ordered. Pricing Schedule One (1) session is equal to two (2) hours. There is an estimated 104 sessions for a 52 week period from date of award following. _______ price per session X 104 estimated sessions = $ ____________ Base Year _______ price per session X 104 estimated sessions = $ ____________ Option year #1 _______ price per session X 104 estimated sessions = $ ____________ Option year #2 _______ price per session X 104 estimated sessions = $ ____________ Option year #3 _______ price per session X 104 estimated sessions = $ ____________ Option year #4 PLACE OF DELIVERY: FCC Pollock 1000 Airbase Road Pollock LA71467 CONTRACT CLAUSES: The following provisions and clauses will apply to this solicitation in accordance with Commercial Items: 52.252-2, Clauses Incorporated By Reference (FEB 1998); 52.212-1 Instruction to Offerors (APR 2008) 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 (MAY 2008) 52.222-3, Convict Labor (E.O. 11755) (JUNE 2003) 52-233-3, Protest after Award (31 U.S.C. 3553); (iii) Alternate II to 52.219-5 (AUG 1996) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O.11246) (MAR 2007) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. (38 U.S.C. 4212) (SEPT 2006) 52-222-36, Affirmative Action for Workers with disabilities (29 U.S.C. 793). (JUNE 1998) 52.222-19, Child Labor Cooperation with Authorities and Remedies (E.O. 13126). (FEB 2008) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722,12724, 13059, 13067, 13121, and 13129) 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) In accordance with FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984). The full text provision or clause may be accessed electronically at www.arnet.gov/far 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. More clauses are referenced on the RFQ attached. OTHER CONTRACT TERMS AND CONDITIONS: A resultant contract will be a firm fixed price type contract. It is anticipated that contract award resulting from this solicitation will be made approximately March 12, 2010. The Government will make award to the responsible offeror whose offer conforms to this solicitation and is most advantageous to the Government. SOLICITATION PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.212-1 Instructions to Offerors - Commercial Items (APR 2008) tailored to delete paragraphs at c, d, h, and i as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2008)52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (SEPT 2006) (a) Procurement Executive, BOP, 320 First Street, NW, Room 5006, Washington, D.C. 20534 Protests Filed Directly with the Department of Justice (JAR 2852.233-70) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Quoters are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. The North American Industrial Classification System (NAICS) code for the service is 611610. Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. Other Solicitation Provisions are included in the RFQ attached. SUBMISSION OF QUOTATIONS: On letterhead or business stationary, the following information is required: (1) Contractors DUNS Number (2) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (MAY 2008) if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov All Quotes must be received at the Federal Bureau of Prisons, FCC Pollock, 1000 Airbase Road Pollock, LA 71467 no later than 2:00 p.m. C.S.T. on Friday, February 26, 2010. Offers should be faxed to Kerry Roberts, Contracting Officer, at (318) 561-5325. Offers received after this date will not be considered. Please ensure with your bid offer you include a complete copy of the provisions at 52.212-3, Offeror Representations and Certifications -Commercial Items Offers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/51904/RFQPO5191000010/listing.html)
 
Place of Performance
Address: FCC Pollock, 1000 Airbase Rd, Pollock, Louisiana, 71467, United States
Zip Code: 71467
 
Record
SN02062640-W 20100212/100210234919-5984b8051d3da47dbf189362e50f1c8c (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.