Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
SOLICITATION NOTICE

R -- Construction Quality Assurance Services

Notice Date
6/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-11-T-0008
 
Response Due
6/17/2011
 
Archive Date
8/16/2011
 
Point of Contact
Lilia Wood, 270-798-6068
 
E-Mail Address
MICC - Fort Campbell
(lilia.wood@us.army.mil)
 
Small Business Set-Aside
HUBZone
 
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. Solicitation Number W91248-11-T-0008 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, dated 16 May 2011. NAICS is 541618; business size is $7.0M; acquisition will be solicited on unrestricted basis. This acquisition will be set aside for HUB ZONE business vendors only for this procurement. Description of Items Requested: Base Year: Line Item 0001, Construction Quality Assurance Services. First Option Period: Line Item 1001, Construction Quality Assurance Services. Second Option Period: Line Item 2001, Construction Quality Assurance Services. See Bid Schedule at http://doc.campbell.army.mil. Offers are due not later than 17 June 2011: 2:00 PM CST. All responsible concerns may submit a quote that will be considered by this agency. It is contemplated that Period of Performance will be one 12-Month Base Period and Two (2) 12- Month Option Periods. The complete Statement of Work and associated documents can be downloaded at http://doc.campbell.army.mil under subject Solicitation number. The following provisions and clauses are applicable to this acquisition: 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Sep 2007); 52.204-7 Central Contractor Registration (April 2008); 52.204-9 Personal Identity Verification of Contractor personnel (Sep 2007); 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or Proposed for Debarment (Sep 2006); 52.217-7 Evaluation of Options (Jul 1990); 52.222-1 Notice to the Government of Labor Disputes (Feb 1997); 52.223-10 Waste Reduction Program (Feb 1997); 52.247-34 F.O. B Destination (Nov 1993); 52.212-1, Instructions to Offerors Commercial (Jan 2008); 52.212-2, Evaluation Commercial Items (Jan 1999), evaluation factors are: Lowest Price Technically Acceptable. Basis for Award: A single award will be made to the lowest price technically acceptable offeror; technical acceptability will be evaluated on a Go/No Go basis. In order to establish technical acceptability, resumes of proposed candidates must be provided with the price quote and the resumes will be evaluated. The proposed candidates resume must clearly demonstrate the required experience and qualifications listed in the statement of work at paragraph C.1.4.1 to be considered technically acceptable. No award will be made unless the proposed candidate is determined technically acceptable. Award will be made on the basis of the lowest evaluated price meeting or exceeding the technical acceptability/experience standards for non-cost factors; 52.212-4, Contract Terms and Conditions Commercial Items (Jun 2010); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (April 2011), the following apply under this clause: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.219-3 Notice of Total Hub Zone Set Aside (Jan 1999); 52.219-8, Utilization of Small Business Concerns (Jan 2011); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-3, Convict Labor (Jun 2003); 52.222-19 Child Labor Cooperation with Authorities and Remedies (Aug 2009); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Viet Nam Era, and Other eligible Veterans (Sep 2006); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.228-5, Insurance Work on a Government Installation (Jan 1997) see attached Schedule of Insurance following the Statement of Work; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2011) (DEVIATION); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 2011), the following apply under this clause: 52.203-3, Gratuities (Apr 1984); 252.203-7000 Requirement Relating to Compensation of Former DoD Officials (Jan 2009); 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991); 252. 225-7001, Buy American Act and Balance of Payments Program (Jan 2009); 252.225-7012, Preference for Certain Domestic Commodities (Jun 2010); 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); 252.247-7023, Transportation of Supplies by Sea (May 2002); 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000). Other applicable contracts are: 52.217-8, Option to Extend Services (Nov 1999); 52.217-9, Option to Extend the Term of the Contract (Mar 2000); 252.232-7007, Limitation of Governments Obligation (May 2006). CCR Website is https://www.bpn.gov/ccr/ and ORCA (Online 4 Representations and Certifications Application) is https://orca.bpn.gov/. The Complete Statement of Work and associated documents can be downloaded from either FedBizOpps or the MICC-Fort Campbell website - http://www.campbell.army.mil/campbell/directorates/DOC/Pages/DOC.aspx. One award will be made to the offeror who is found to be the lowest priced technically acceptable offeror. Facsimile quotations are acceptable at (270) 798-3987; mailing address is Mission and Installation Contracting Command-Fort Campbell, 2176 13 1/2 Street, Fort Campbell, Kentucky, 42223-5355. All contractors must be registered in the Department of Defense Contractor Registration (CCR) database prior to any contract award. Any questions concerning this acquisition can be directed to Regina Harris, (270) 798-9298 or Jeanne Shykes (270) 798-7568; regina.harris@us.army.mil; jeanne.shykes@us.army.mil. CLINS: NOTE: Hourly Rate (Burden Rate) shall include but is not limited to Wages, Holiday Pay, Sick Leave, Insurance, Vacation Pay, and items indicated in Statement of Work. Contractor shall only bill for actual hours worked. The 1900 maximum total hours is based on an hours per day workweek schedule; excluding vacation, holidays, and sick days. In the event that the assigned personnel are out for (3) or less days or a substitute inspector is not provided, monthly payment will reduced in the amount of offerors quoted per hour rate for every hour personnel are not present. This includes sick leave, vacation time, or any time personnel take extended lunch hours or leave the work day early.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bb0cea8ed830c457328354c43abc6130)
 
Place of Performance
Address: MICC - Fort Campbell 2176 13 1/2 Street Fort Campbell KY
Zip Code: 42223-5355
 
Record
SN02462335-W 20110604/110602234558-bb0cea8ed830c457328354c43abc6130 (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.