Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

R -- Transcription Service

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561499 — All Other Business Support Services
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018910T0405
 
Response Due
8/12/2010
 
Archive Date
8/27/2010
 
Point of Contact
Yvonne Copeland 757-443-1365 Scott Wilkins757-443-1326
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is _N00189-10-T-0405. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-_43_ and DFARS Change Notice 20091015_. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is _561499_ and the Small Business Standard is _$6.5_. This is a competitive, 100% Small Business set-aside action. The Fleet and Industrial Supply Center Norfolk, VA requests responses from qualified sources capable of providing: Transcription Service, See PERFORMANCE WORK STATEMENT FOR SERVICE REQUIREMENT. Period of performance is _30 August 2010 through 29 August 2011; Delivery Location is See PWS. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement:52.204-7, CCR 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.203-6 with Alt I, Restriction on Subcontractor sales52.219-28, Post Award Small Business Program Rerepresentation (June 2007)(15 U.S.C.632(A)(2).52.219-6, Notice of Total SB Set-Aside52.222-3, Convict Labor-Cooperation with Authorities and Remedies52.222-19, Child Labor-Cooperation with Authorities and Remedies52.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246)52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vienam Era, and other eligible veterans52.225-13, Restrictions on Certain Foreign Purchase (Jun 2008)(E.O's, proclamations, and statutes administered by the office of foreign Assets Control of the Department of the Treasury.)52.232-33, Payment by Electronic Funds Transfer Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act & Balance of Payments252.232-7003, Electronic Submission of Payment Requests252.232-7010, Levies on Contract Payments5252.NS-046P, Prospective Contractor Responsibility This announcement will close at 1300 on 12 August 2010. Contact Yvonne L Copeland who can be reached at 757-443-1365 or email yvonne.copeland@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. When evaluation factors are used include:Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable low bids/ past performance. 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/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. *** End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910T0405/listing.html)
 
Record
SN02232260-W 20100808/100806235656-7f411ef3291291dd85cdf821caa17d23 (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.