Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
SOLICITATION NOTICE

U -- CANINE SERVICES - STATEMENT OF WORK

Notice Date
2/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92243-11-T-DR07
 
Archive Date
3/29/2011
 
Point of Contact
Debora T. Roseboro, Phone: 7577632449
 
E-Mail Address
debora.roseboro@nsweast.socom.mil
(debora.roseboro@nsweast.socom.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
STATEMENT OF WORK FOR CANINE TRAINERS AND KENNEL SUPPORT 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. The solicitation H92243-11-T-DR07 is issued as a request for quotation (RFQ) and this is notice that NSWG2 Logistics Support Contracting Office, Joint Expeditionary Base (JEB) Little Creek/Ft Story, Virginia Beach, VA 23459 intends to award a firm fixed price contract. The associated naics code is 611699 and the Small Business Size Standard is $7.0M. This solicitation is set-aside for service disabled veteran owned small business concerns. CLIN 0001 - Multi-Purpose Canine (MPC) Training Support Services IAW attached Statement of Work - 1 LO Personnel to include: Canine Trainer Supervisor (1) - Part time Canine Traininers (2) - Full time Kennel Support Personnel (1) - Full time CLIN 0002 - Travel in accordance with attached SOW and Joint Federal Travel Regulations (JFTR) - 1 LO NTE $50,000.00 Period of performance: 12 March 2011 thru 11 March 2012 CLIN 2001 - Multi-Purpose Canine (MPC) Training Support Services IAW attached Statement of Work - 1 LO (Option Period 12 Mar 2012 - 11 Mar 2013) CLIN 2002 - Travel in accordance with attached SOW and Joint Federal Travel Regulations (JFTR) - 1 LO NTE $50,000 (Option Period 12 Mar 2012 - 11 Mar 2013) FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 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 in order of importance: Technical capability, past performance and price. Technical capability and past performance are more important than price. Price quotes should detail contractor's ability to meet the required training specifications as detailed in SOW. Provide two (2) examples of orders where same/similar work has been performed by your company within the past three (3) years. Offerors to include a complete copy of the provision at 52.212-3, Offer Representation and Certification-Commercial Items with its offer which can be found at https://farsite.hill.af.mil/ Only written questions regarding this announcement will be accepted. All questions pertaining to this solicitation must be submitted by 10:00 a.m., Friday, March 11 to allow time for responses to be returned. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48. Note that you must be registered in the Central Contractor Registration system to be considered for an award. Registration is free and can be completed online at http://www.ccr.gov. Representations and Certifications shall be completed via the ORCA website https://orca.bpn.gov The following provisions and clauses apply to this acquisition: FAR 52.203-3 Gratuities FAR 52.203-6 ALT I Restrictions on Subs FAR 52.203-11 - Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) FAR 52.203-12 - Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-4 - Printed or Copied Double-sided on Recycled Paper FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-5 - Certification Regarding Responsibility Matters FAR 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-7 - Information Regarding Responsibility Matters FAR 52.212-1 -- Acquisition of Commercial Items Provisions and Clauses FAR 52.204-2 - Security Requirements FAR 52.204-7 - Central Contractor Registration FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items applies to this acquistion FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation) FAR 52.217-8 - Option to Extend Services FAR 52.217-9 - Option to Extend the Term of the Contract FAR 52.219-6 - Small Business Set-asides FAR 52.219-14 - Limits on Subcontracting FAR 52.222-3 -- Convict Labor, FAR 52.222-19 -- Child Labor, Cooperation with Authorities and Remedies FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-50 - Combating Trafficking in Persons FAR 52.222-35 - Equal Opportunity for Special Disabled Veterans FAR 52.222-37 - Employment Reports FAR 52.222-40 - Notification of Employee Rights FAR 252.225-7012 - Preference for Certain Domestic Commodities FAR 252.243-7002 - Requests for Equitable Adjustment FAR 52.222-39 - Notification of Employee Rights FAR 52.225-13 -- Restrictions on Certain Foreign Purchases FAR 52.233-3 -- Protest After Award, FAR 52.233-4 -- Applicable Law for Breach of Contract Claim, FAR 52.243-1 -- Changes -- Fixed-Price, FAR 52.247-34 -- F.o.b. Destination, FAR 52.252-2 - Clauses Incorporated By Reference FAR 52.252-6 -- Authorized Deviations in Clauses, DFARS 252.204-7004 Al t A - Central Contractor Registration DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7001-Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 -- Levies on Contract Payments and DFARS 252.243-7001-- Pricing of Contract Modifications SOFARS 5652-204-9003 Disclosure of Unclassified Information (2007) SOFARS 5652-204-9004 Foreign Persons SOFARS 5652.233-9000 Independent Review of Agency Protests SOFARS 5652.237-9000 Contractor Personnel Changes Quotations are due 28 March 2011 by 12:00 noon Email: debora.roseboro@nsweast.socom.mil or fax 757-462-2434.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92243-11-T-DR07/listing.html)
 
Place of Performance
Address: 1600 SEABEE DRIVE, BLDG 3889, VIRGINIA BEACH, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN02389666-W 20110302/110228234711-6f6e5a8ba73641f92f2b7842475541cf (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.