Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

R -- SECURITY ANALYST SERVICES FOR ANTITERRORISM AND FORCE PROTECTION PLAN

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018910T0478
 
Response Due
9/3/2010
 
Archive Date
9/18/2010
 
Point of Contact
SUSAN C. ROBERTS 757-443-1437 SEE ATTACHED PWS
 
E-Mail Address
susan.roberts2@navy.mil
(susan.roberts2@navy.mil)
 
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, 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-0478. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-40 and DFARS Change Notice 20100305. 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 611430 and the Small Business Standard is $6.5M. The proposed contract is 100% set aside for small business concerns, and will be made as a Firm Fixed Price Commercial type contract. The Fleet Industrial Supply Center Norfolk requests responses from qualified sources capable of providing the following: Development of portable tactical aids based on representative areas of the standardized Installation Antiterrorism Plan Template contained within Appendix A of NTTP 3-07.2.1 (Navy Antiterrorism Tactics, Techniques, and Procedures for Antiterrorism).. Delivery date shall be 90 days from the award of the contract. Delivery Location is U.S FLEET FORCES COMMAND, 1562 MITSCHER AVE, SUITE 250, NORFOLK, VA 23551-2487. Responsibility and Inspection: As specified in the attached Statement of Work. The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contracting Registration (JUL 2006); 52.212-1 Instructions to Offerors - Commercial Items (NOV 2007); 52.212-3 Offeror Representations and Certifications - Commercial Items (NOV 2007) and ALT I (APR 2002); 52.212-4 Contract Terms and Conditions - Commercial Items (FEB 2007); 52.215-5 Facsimile Proposals (OCT 1997); (757) 443-1337 52.247-34 F.O.B. Destination (NOV 1991). Within 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEC 2007), the following clauses apply and are incorporated by reference: 52.219-28 Post Award Small Business Program Representation (JUN 2007) 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2007), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-50 Combating Trafficking in Persons (AUG 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration Alternate A (SEP 2007); 252.225-7000 Buy American Act-Balance of Payments Program Certificate (JUN 2005); 252.232-7010 Levies on Contract Payments (DEC 2006). Within DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). Quoters are reminded to include a completed copy of 52.212-3 and ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: This announcement will close at 4:30pm Eastern Standard Time(EST) on Wednesday 03 September 2010. Contact Ms. Susan Roberts who can be reached at 757-443-1437, or email: susan.roberts2@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 52.212-1 ADDENDUM: Past Performance: The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed no more than 5 years prior to 31st August 2010, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. The quote of a company with no relevant past performance history, may not represent the most advantageous quote to the Government and thus, may be a less desirable quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter ™s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. ANTICIPATED EFFORT Based on prior history for the same/similar services and in consideration of the effort anticipated to be performed herein, the contractor may anticipate that contract performance could involve the following labor categories and estimated hours. The following skills are an accumulation of labor categories necessary to fulfill the requirement. Security Analysts 480 hrs It should be noted that the proposed requirement is performance based. The effort proposed by the contractor is to be based on the work requirements detailed in the Performance Work Statement (PWS). Proposed costs shall include labor categories, hours, and rates. The above is provided for informational purposes only. [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 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 requirement ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910T0478/listing.html)
 
Place of Performance
Address: US FLEET FORCES COMMAND
Zip Code: 1562 MITSCHER AVE, SUITE 250
 
Record
SN02255213-W 20100827/100826000036-a8e72e8226d47bf0892308141e79975e (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.