Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2011 FBO #3462
SOLICITATION NOTICE

G -- Minister of Gospel Music- Support for MCB Pendleton Base Chaplain.

Notice Date
5/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711130 — Musical Groups and Artists
 
Contracting Office
M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068111T0118
 
Response Due
5/19/2011
 
Archive Date
6/3/2011
 
Point of Contact
Sgt. Mark Silang 760-725-3236
 
Small Business Set-Aside
Total Small Business
 
Description
FAR This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number M00681-11-T-0118 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51 and the Defense Federal Acquisition Supplement (DFARS), current to DPN 201100511. The North American Classification System Code is 711130 and the small business size standard is $7.0 million. This acquisition is set-aside 100% for Small Businesses. Offers received from concerns that are not small business will be considered nonresponsive and will be rejected. Marine Corps Base, Camp Pendleton, California, has a requirement for services of a minister of gospel music for following performance period: Line Item 0001: Base Period from 01 June 2011 through 30 September 2011. Quantity: 34 Sessions Line Item 0002: Option Period from 01 October 2011 through 30 September 2012, Quantity: 112 Sessions. Please see the attached Statement of Work (SOW) for additional details. The following FAR Clauses/Provisions apply: 52.204-7, Central Contractor Registration. 52.212-1, Instructions to Offerors “Commercial Items. Intererested offers shall submit a document that list qualifications and previous experience at least 3 years related to this solicitition. 52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate quotes: 1.Price, 2.Qualifications 52.212-3, Offeror Representations and Certifications “Commercial Items. 52.212-4 Contract Terms and Conditions “Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders “Commercial Items (incorporating 52.219-6, Notice of Total Small Business Set-Aside. 52.219-28, Post-Award Small Business Program Rerepresentation. 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 Handicapped Workers. 52.222-42, Statement of Equivalent Rates for Federal Hires. 52.223-15, Energy Efficiency in Energy-Consuming Products. 52.223-18, Contractor Policy to Ban Text Messaging while Driving. 52.225-13, Restriction on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration). 52.214-31, Facsimile Bids. 52.217-5 Evaluation of Options. 52.232-1, Payments. 52.252-2, Clauses Incorporated by Reference. The following DFAR Clauses apply: 252.204-7004 Alt A, Central Contractor Registration. 252.211-7003, Item Identification and Valuation. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (incorporating 252.225-7001, Buy American Act and Balance of Payments Program. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests). Contractors responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications “Commercial Items with their quote. The contractor should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the CCR, visit www.ccr.gov. Contractors are required to be registered in Wide-Area Work Flow. Contractors can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. If a change occurs in this requirement, only those contractors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. A quotation for this request shall be submitted via regular mail to the Camp Pendleton Regional Contracting Office, Attn: Mark Silang, P.O. Box 1609, Oceanside, CA 92055-1609, emailed to mark.silang@usmc.mil, faxed to 760-725-4346, or hand carried to the Regional Contracting Office, Bldg 22180, MCB, Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before May 19, 2011 at 12:00 p.m. Pacific Standard Time
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068111T0118/listing.html)
 
Place of Performance
Address: Blinder Chapel, Camp Pendleton, CA
Zip Code: 92055
 
Record
SN02448354-W 20110518/110516234147-da9941e33db2106351a93a6fe5b0ff86 (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.