Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2010 FBO #3078
SOLICITATION NOTICE

U -- TACTICAL TRAINING FACILITY

Notice Date
4/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Navy, United States Marine Corps, MARSOC CONTRACTING OFFICE, BLDG 1116, CAMP LEJEUNE, North Carolina, 28542
 
ZIP Code
28542
 
Solicitation Number
H92257-10-Q-0010
 
Archive Date
5/5/2010
 
Point of Contact
William B. Simpson, Phone: 9104400775, Christopher A Brissette, Phone: 9104510775
 
E-Mail Address
william.b.simpson@usmc.mil, christopher.brissett@usmc.mil
(william.b.simpson@usmc.mil, christopher.brissett@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items/services 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. Solicitation number H92257-10-Q-0010 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005–40 and DFARS Change Notice DCN 20100408. The proposed acquisition is unrestricted. The associated NAICS code is 611699 with a standard business size of $7.0 million. A Firm Fixed Price (FFP) contract is contemplated. Marine Corps Special Operations Command, Camp Lejeune North Carolina, has a one-time requirement to procure: CLIN 0001: Technical Support Services Offers shall depict each labor category, quantity per category, and hourly rate/dailey required to provide the requested services. Technical support services that are classified as open market services in lieu of GSA services shall be clearly identified. All work will be done in accordance with the Statement of Work (SOW) attached. CLIN 0002: Other Direct Cost (ODC) Includes material, supplies, fuel, mileage, per diem, lodging and airfair. Travel shall be in accordance with the joint travel regulations (JTR). Contractor shall be requirered to provide receipts. ODCs that are classified as open market in lieu of GSA shall be clearly identified. All work will be done in accordance with the Statement of Work (SOW) attached. Delivery: MARSOC, BLDG RR400, Stone Bay, NC 28460. Period of performance will begin 30 days ARO. The Government anticipates award of a Firm Fixed Price contract. The evaluation factors for this RFQ are technical (technical approach, understanding the requirement, technical plan/methodology), delivery date, relevant and satisfactory past performance, and price. Catagorically, evaluation factors will be weighed in this order of precedence; technical, delivery date, past performance and price. 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, received. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far and DFARS website: http://www.acq.osd.mil/dpap /dars/dfarspgi/current/index.html. CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (APR 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUN2009) FAR 52.222-19 Child Labor—Cooperation with Authorities and Remedies FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) DFARS 252.204-7000 Disclosure of Information (DEC 1991) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability, delivery, and price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.253-1 Computer Generated Forms DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (JUN 2005) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9003 Disclosure of Unclassified Information (NOV 2007) SOFARS 5652.204-9002 Instruction for the Use of Electronic Contracts (NOV 2007) SOFARS 5652.252-9000 Notice of Incorporation of Section K (FEB 2007) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Segeant Simpson III, Wlliam B., telephone (910) 440-0775, RR400 Rifle Range Rd., Sneads Ferry, NC 28460. 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 Area 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 will not be available electronically on the Navy Electronic Commerce Online (NECO) World Wide Web site (www.neco.navy.mil). All proposals, bids and/or quotes submitted shall be the Contractor's Best Quote as it is the Government's intent to entertain one final quote only; this includes any discounts on volume. Contractors shall submitt all proposals, bids and/or quotes to the MARSOC Contracting Office by no later than 4 May 2010 at 11:00 A.M. EST, to be considered for award. Quotes will be accepted via e-mail or facsimile Attn: Primary POC Sgt Simpson III, William B. (910) 440-0775 william.b.simpson@usmc.mil Alternate: GySgt Michel Leandre (910) 440-0775, michel.leandre@usmc.mil Late submissions will not be considered. The burden of insuring the Contractor’s quotes are received by this office, within the stated timeframe, is the responsibility of Contractor. Questions, please contact Sgt Simpson III, William B. (910) 440-0775, or via email william.b.simpson@usmc.mil Statement of Work Fox Company, Direct Operations (DO) Training 1.0Introduction. Company F, 2D Marine Special Operations Battalion is seeking training facility support for pre-deployment training from 6 to 24 June, 2010. The support will be a three week event: Week one 6 to 11 June, week two 14 to 18 June and week three will consist of 22, 23 and 24 June. In addition, Fox Company is requesting a certified Military drop zone (DZ) on 6 June within 1 mile of the training facility. 2.0Purpose. MSOC F will be executing pre-deployment training during the third and fourth quarters of FY2010. An integral part of this pre-deployment training is the ability of the Marine Special Operations Teams and the MSOC to conduct successful direct operations. The availability of training facilities on Marine Corps Base, Camp Lejeune is currently not available during scheduled training block. The three live fire facilities aboard Camp Lejeune that allow MSOC F to meet all training objectives, are currently scheduled by various other units. This will leave MSOC F with insufficient live fire houses to support company training. 3.0Requirements. The contractor shall provide all range facilities with bullet traps and drop zone. Contrator shall provide ammo storage and cage facilities for weapon storage. Contractor will provide required air coordination for all air operations of drop zone and landing zones of military aircraft and personnel. Contractor will provide handheld radios for communication from live fire ranges to Range Control. Below is an itemized list of all support needed by contractor by date/s requested. 3.1Live-fire shoot house: (4) Different 360 degree live fire shoot houses from 7 to 11 June, 2010 (week one). 3.2Live-fire shoot house: (3) Different 360 degree live fire shoot houses from 14 to 18 June, 2010 (week two). 3.3Live-fire shoot house: (1) 360 degree live fire shoot house during night hours on the 22, 23 and 24 June, 2010 to include a landing zone 100 meters by 100 meters within 500 meters of the shoot house. (week three) 3.4Ammunition and weapon storage facilities from 6-18 June, 2010. 3.5Military certified Drop Zone within 1 mile of the training facility: Jump in on 6 June, 2010. 3.675m flat range: Week one 7 to 11 June and week two 14 to 18 June. 3.7Classroom : Need (1) classroom from 7 to 11 June and 14 to 18 June 3.8In order to facilitate ease of movement to the site, the entire training facility to include the Military certified Drop Zone must be within 250 nautical miles of Jacksonville, NC. 4.0MSOC F Government Furnished Items. The following items will be provided by buyer. Range Safety Officers (RSO) will be provided for each firing range, all materials needed for repairs of live-fire shoot houses, signed copies by every participating individual of Participant Agreement, Release and Acknowledgement of Risk forms, medical corpsmen, ammunition and weapons. Ammunition block quantities list will be provided by the Government to the contractor prior to arrival for training day one for appropriate storage facilities. 5.0The Point Of Contact for this Statement of Work is Sergeant Simpson, W. B. @ 910-440-0775 william.b.simpson@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/MARSOC/H92257-10-Q-0010/listing.html)
 
Place of Performance
Address: UNITTED STATES MARINE CORPS FORCES SPECIAL OPERATION COMMAND (MARSOC), SNEADS FERRY, North Carolina, 28460, United States
Zip Code: 28460
 
Record
SN02133082-W 20100429/100427234803-816ceb7dd2f79760e2b130c158e7caa4 (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.