Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

R -- Economist Gamer - Package #1

Notice Date
9/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-10-R-0042
 
Archive Date
10/7/2010
 
Point of Contact
constance v. house, Phone: 7037671168, Beverly J Williams, Phone: 703-767-1192
 
E-Mail Address
constance.house@dla.mil, Beverly.J.Williams@dla.mil
(constance.house@dla.mil, Beverly.J.Williams@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The National Defense University, (NDU), Center for Applied Strategic Learning (CSL), requires a Economist Gamer for a base year and four (4) option years, not to exceed 832 hour per 12 month period of performance. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written request for proposals will not be issued. This acquisition will be set-aside 100% for small business. The reference/solicitation number is SP4705-10-R-0042 and the solicitation is issued as a request for proposal (RFP). This acquisition is being conducted in accordance with FAR Parts 12, 13 and 15. The combined synopsis/solicitation will result in a contract. (i) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-44, effective July 8, 2010. Provisions clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) may be accessed electronically at www.acqnet.gov/far. (ii) North American Industry Classification System (NAICS) code is 541990 (size standards in number of dollars is $7.0 m) applies to this solicitation. (iii) This requirement is for a Economist Gamer for a Base Year and Four (4) Option Years. The contractors shall provide services, support, and deliverables in accordance with the Performance Work Statement (PWS) to the National Defense University (NDU), Center for Applied Strategic Learning (CASL), Fort McNair, Washington DC (See attached Solicitation). The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporated the following addenda to 52.212-1. The Government contemplates award of a firm fixed price contract resulting from this solicitation. 52.233-2, Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. See FAR Clause 52.212-2. The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its proposal (a copy of the provision may be attained from (http://www.arnet.gov/far). The provision at 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition. The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. The evaluation procedures to be used are lowest overall responsive and responsible price. See FAR 52.212-2 in the attached solicitation. Please provide a completed copy of provision at 52.212-3. See the provision at http://www.arnet.gov/far. The FAR clause at 52.212-4, contract terms and conditions-Commercial Items, applies to this acquisition. Also, FAR clause 52.212-5 applies with checkmarks under this clause for the following - 52.219-6, 219-8, 222-3, 222-19, 222-21, 222-26, 222-36, 222-50, 225-13, 232-33. with other other FAR/DFARS clauses that apply: 52.204-7, 252.232-7010, 252.212-7001 with check marks for 252.225-7036, 252.232-7003, 252.247-7023 and 252.225-7000, 252.225-7001. 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: The contract will be awarded based on Technical, Quality Requirement, Past Performance and Price. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. (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. (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Offerors are encouraged to obtain further information on CCR and ORCA registrations at the following two websites: http://www.ccr.gov/ and http://orca.bpn.gov/.The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xvi) RESPONSES ARE DUE Wednesday September 22, 2010, by 3:00 p.m. Eastern Daylight Time. Offers received after this date and time will not be considered for award. Proposals shall be delivered to DLA Contracting Service Office – ATTN: Constance House 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA 22060. The solicitation is distributed solely through Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. Questions and/or requests for information concerning this solicitation should be submitted in writing via email within two (2) days of the issuance date of this solicitation to email address: constance.house@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-10-R-0042/listing.html)
 
Place of Performance
Address: 260 5th Avenue Bldg 64, Room 1618, Fort McNair, Washington, District of Columbia, 20319, United States
Zip Code: 20319
 
Record
SN02282396-W 20100917/100915235557-ae31b6858bb69b73e9b79b5b86217758 (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.