Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

U -- AIR SUPPORT SERVICES

Notice Date
9/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611512 — Flight Training
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018910T0545
 
Response Due
9/17/2010
 
Archive Date
10/2/2010
 
Point of Contact
DAVID BROWN 757-443-1455 DAVID BROWN
 
E-Mail Address
<!--
 
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 (a), 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-0545. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-43 and DFARS Change Notice 20100820. 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 611512 and the Small Business Standard is $25.5 mil. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. FISC Norfolk requests responses from qualified sources capable of providing one year of air support services required for Intelligence, Surveillance and Reconnaissance (ISR) and Close Air Support (CAS) training during Riverine forces interoperability exercises and Final Evaluation Problems (FEP). The support services shall be conducted for selected Navy Riverine personnel at Ft Eustis 1387 Jackson Avenue Newport News, VA 23604-1618. Please see the attached PWS for further details. 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 Central Contractor Registration 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: 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.232-33, Payment by Electronic Funds Transfer - CCR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans 52.222-35 Equal Opportunity for Special Disabled Veterans 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of contract Contract Claim 52.215-5, Facsimile Proposals 52.203-6 with Alt Restriction on Subcontractor Sales 52.219-4 Notice to Price Evaluation Preference for Hubzone SB Concerns 52.219.28 Post Award Small Business Program Representation 52.225-13 Restriction on Foreign Purchases 52.233-2 Service of Protest (Terri McGein, Fleet Industrial Supply Center, 1968 Gilbert St, Ste 600, Norfolk, VA 23511) 52.247-34 F.O.B Destination 252.204-7004 Alt A, Central Contractor Registration Alternate A 252.209-7001 Disclosure of Ownership 252.209-7004 Subcontracting w/Firms 252.211-7003, Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 52.203-3 Gratuities 252.232-7003, Electronic Submission of Payment Request 252.247-7023, Transportation of Supplies by Sea and its ALT III 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7001 Buy American Act and Balance of Payments 252.232-7010, Levies on Contract Payments 5252.NS-046P, Prospective Contractor Responsibility 252.225-7012 Preference for Certain Commodities 252.225-7019 Restriction on Acquisition of Anchor and Mooring Chain 252.243-7002 Request for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; This announcement will close at 12pm on 17 September 2010. Contact David Brown who can be reached at (757) 443-1455 or email david.b.brown@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. 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. Submissions sent via email attachment must be in Microsoft Word (.doc) or Adobe Acrobat (.pdf) format. 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/N0018910T0545/listing.html)
 
Place of Performance
Address: Ft Eustis 1387 Jackson Avenue, Newport News, VA
Zip Code: 23604
 
Record
SN02270542-W 20100909/100908062845-6505717e53f51ca68cd3a594ea9f7d57 (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.