Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2011 FBO #3431
SOLICITATION NOTICE

U -- Foreign Language Role Players

Notice Date
4/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Fort Bragg Contracting Center, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W91247-11--T-0038
 
Response Due
4/29/2011
 
Archive Date
6/28/2011
 
Point of Contact
Michael Welch, 910-907-4747
 
E-Mail Address
Fort Bragg Contracting Center
(michael.james.welch@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. COMBINED SYNOPSIS/SOLICITATION (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. (ii)Solicitation document W91247-11-T-0038 is issued as a Request for Quote (RFQ) for Role Players in a field exercise for the 2nd Battalion 508th Parachute Infantry Regiment on Fort Bragg, NC. (iii)This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-43 Effective August 2, 2010. Notice of Total Small Business Set-Aside. Quotes are solicited from small business concerns. Quotes received from other than small business concerns will be rejected. The North American Industry Classification System (NAICS) code is 561210 "Facilities Support Service", size standard is $35.5 M. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. CLIN 0001 Role Players IAW SOW QTY _1__ea Total $__________ CLIN 0002 Contractor Manpower Report QTY _1__ea Total $__________ (iv)A detailed Scope of Work is attached. (v)This requirement is for services to be performed between 26 April 2011-1 May 2011. (vi)The following provisions apply to this acquisition: FAR 52.203-5, Covenant Against Contingent Fees (vii)FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (viii)FAR 52.203-7, Anti-Kickback Procedures (ix)FAR 52.203-13, Contractor Code of Business Ethics and Conduct (x)FAR 52.204-10, Reporting Executive Compensation and First Tier Sub Contracts (xi)FAR 52.212-2, Evaluation - Commercial Items. The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price, past performance and delivery date and the ability to meet all of the solicitation requirements. (xii)FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. The contractor shall be registered in the Online Representations and Certifications Application - ORCA - at http://orca.bpn.gov/. DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFAR 252.225-7000 Buy American-Act Balance of Payments Program Certificate. (xiii)The following clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. (xiv)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, Incorporated by Full Text (website provided http://farsite.hill.af.mil): Applicable clauses under FAR 52.212-5: 52.219-14 Limitations on Subcontracting, 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, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-50 Combating Trafficking in Persons, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. (xv)FAR 52.216-24, Limitation of Government Liability (xvi)FAR 52.216-25, Contract Definitization (xvii)FAR 52.219-6, Notice of Small Business Set Aside (xviii)FAR 52.222-41, Service Contract Act of 1965 (xix)FAR 52.233-2, Service of Protest (xx)FAR 52.233-3, Protest after Award (xxi)FAR 52.233-4, applicable Law for Breach of Contract Claim (xxii)FAR 52.244-6, Subcontracts for Commercial Items (xxiii)FAR 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits WD 05-2393 (Rev.-11) was first posted on www.wdol.gov on 06/22/2010 (end clause) (xxiv)FAR 52.252-2 Clauses Incorporated by Full Text (website provided http://farsite.hill.af.mil). Applicable DFARS clauses: DFARS 252.204-7004 Central Contractor Registration Alternate A, DFARS 252.211-7003 Item Identification Valuation, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following DFARS clause is considered checked and is applicable to this acquisition: DFARS 252.232-7003 Electronic Submissions of Payment Requests. Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFAR 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payments. 5152.209-4000 DoD Level Antiterrorism (AT) Standards, (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. 5152.233-4000, AMC-Level Protest Program (Nov 2008), If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (xxv)Submission of quotes shall be forwarded by Wednesday April 20, 2011, 10:00 AM Est. (xxvi)Submit signed and dated quotes to SSG Michael Welch via email to: michael.james.welch@us.army.mil on or before the exact time specified in this solicitation. (xxvii)Evaluation Factors- Quotes received will be evaluated on the following factors. 1. Past Performance 2. Price For this requirement Past Performance is considered more important than price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4a4a55a5060ba971897cf29846055f9a)
 
Place of Performance
Address: Fort Bragg Contracting Center Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN02425987-W 20110417/110415234521-4a4a55a5060ba971897cf29846055f9a (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.