Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2010 FBO #3218
SOLICITATION NOTICE

Q -- Drug Testing Coordinator Position

Notice Date
9/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R-10-T-1091
 
Response Due
9/20/2010
 
Archive Date
11/19/2010
 
Point of Contact
Maribel Sanchez, 928-328-6424
 
E-Mail Address
MICC Center - YPG
(maribel.sanchez2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotes (RFQ) is being requested and a written solicitation will not be issued. This solicitation (W9124R-10-T-1091) is being issued as a Request for Quotation (RFQ) which will result in a Firm-Fixed Price contract. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-43, effective 02 August2010; Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20100820 Edition. It is anticipated that payment will be made by Government Visa Payment Card. Offerers shall account for any costs associated with accepting credit card payment within their quotation. This requirement is being solicited on an unrestricted bases. The North American Industry Classification System (NAICS) is 541612 with a size standard of $7.0 Mil employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at http://www.ccr.gov. This contract will be for the procurement of the following Contract Line Item Number (CLIN): 0001 Quantity: 1 Unit of Issue: Lot, Description: Drug Testing Coordinator Position. The period of performance is for one year anticipated to start around October 2010. Offeror shall account for any costs associated with accepting credit card payment. Please see Performance Work Statement for additional information. 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 Acceptability, Price, and Past Performance and in strict accordance to the Performance Work Schedule. Please submit certificates validating certifications. In evaluating past performance the government may review criteria to include, but not limited to, quality of service, customer satisfaction or other factors. Please include any costs associated with reporting all contractor manpower required for the performance of this contract through the Contractor Manpower Reporting Application website at https://cmra.army.mil/. Please state No charge or No Cost if there will not be any costs associated for reporting The requirement specifications, for this CSS, or any other pertinent information applicable to this solicitation are also located at the Mission and Installation Contracting Command Center - Yuma web site at www.yuma.army.mil/contracting under RFQ W9124R-10-T-1091. If applicable, all quotations shall include any transportation costs to U.S. Army Yuma Proving Ground, Yuma, Arizona 85365-9498. Arizona vendors are to include the Arizona Privilege Tax. All quotations shall be clearly marked with RFQ reference number W9124R-10-T-1091 and emailed or sent to the Point of Contact (POC) listed below no later than 20 September 2010 at 12:00 PM Noon Mountain Standard Time (MST). Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. All quotations shall include pricing for all CLINs as award will be made on an all or none basis. Delivery shall be made to the U.S. Army Yuma Proving Ground, AZ 85365-9498. The following FAR clauses and provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instructions to Offerers Commercial Items (June 2008); FAR 52.212-3 Offerer Representations and Certifications Commercial Items (Aug 2009) with Alternate I (Apr 2002). (NOTE: In order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/vffara.htm, locate the reference clause, copy and paste it to a Word document and complete FAR provision. An offeror shall complete only paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at https://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Jun 2010); FAR 52.247-34 F.O.B. Destination (Nov 1991). The following FAR clauses and provisions are incorporated by full text: FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Jul 2010). Specific applicable clauses cited within FAR 52.212-5 are as follows: FAR 52.219-28 Post-Award Small Business Program Representation (Apr 2009), 52.222-3 Convict Labor (Jun 2003), 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Jul 2010), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003), 52.232-36 Payment by Third Party (Feb 2010). FAR Solicitation Provisions Incorporated by Reference (1998). FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) is also incorporated by full text. The following DFARs clauses and/or provisions shall also be incorporated into the CSS and resultant contract: 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2010), specific applicable clauses cited within DFAR 252.212-7001 are as follows: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008), 252.243-7002, Requests for Equitable Adjustment (MAR 1998), 252.247-7023 Transportation of Supplies by Sea (MAY 2002) with Alt III (MAY 2002) DFARs 252.232-7010 Levies on Contract Payments (Dec 2006). 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009), and 252.204-7003 Control of Government Personnel Work Product (APR 1992) are incorporated by reference. If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the point of contact below or facsimile (928) 328-6534 for notification of amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bbaafd4758ff23ffb6de85c08bc2c586)
 
Place of Performance
Address: MICC Center - YPG Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02281463-W 20100916/100915000155-bbaafd4758ff23ffb6de85c08bc2c586 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.