Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
SOLICITATION NOTICE

35 -- weather service for flight facilities - Package #1

Notice Date
6/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Tennessee, PO Box 40748, Nashville, Tennessee, 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-11-T-0024
 
Point of Contact
Terri Hover, Phone: 6153132658
 
E-Mail Address
terri.hover@us.army.mil
(terri.hover@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being solicited and a separate written solicitation will not be issued. Solicitation number W912L7-11-T-0024 is hereby issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. The Tennessee Army National Guard has the following requirements. This requirement is being advertised as unrestricted; the North American Industry Classification System (NAICS) Code is 518210 - with a Small Business Size Standard of twenty five million dollars ($25 million). Receipts means "total income" (or in the case of a sole proprietorship, "gross income") plus "cost of goods sold" as these terms are defined and reported on Internal Revenue Service tax return forms. The term does not include net capital gains or losses; taxes collected for and remitted to a taxing authority if included in gross or total income, such as sales or other taxes collected from customers and excluding taxes levied on the concern or its employees; proceeds from transactions between a concern and its domestic or foreign affiliates; and amounts collected for another by a travel agent, real estate agent, advertising agent, conference management service provider, freight forwarder or customs broker. For size determination purposes, the only exclusions from receipts are those specifically provided for in this paragraph. All other items, such as subcontractor costs, reimbursements for purchases a contractor makes at a customer's request, and employee-based costs such as payroll taxes, may not be excluded from receipts. Receipts are averaged over a concern's latest three (3) completed fiscal years to determine its average annual receipts. If a concern has not been in business for three (3) years, the average weekly revenue for the number of weeks the concern has been in business is multiplied by 52 to determine its average annual receipts. All responsible sources may submit an offer, which shall be considered by this Agency. The following clauses are applicable to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52-212-2 Evaluation Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) and DFARS 252.212-7001 Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 52.232-19 Availability of Funds. Quotes are due in this office no later than Friday, July 8, 2011, 2:00 p.m. local central time. They can be emailed to terri.hover@us.army.mil. Offers will be evaluated using the evaluation criteria outlined in FAR 13. The award will be made to the vendor whose proposal is most advantageous to the Government. The evaluated non-cost factors for this acquisition shall be location, availability, and equipment. Past Performance will not be an evaluation factor in this acquisition. The following Contract Line Item Numbers (CLINs) are as follows: 0001 Three (3) units for 12 months for the period of August 1, 2011 to July 31, 2012 ; 0002 OPTION 1 Three (3) units for 12 months for the period of August 1, 2012 to July 31, 2013; 0003 OPTION 2 Three (3) units for 12 months for the period of August 1, 2013 to July 31, 2014; 0004 OPTION 3 Three (3) units for 12 months for the period of August 1, 2014 to July 31, 2015 Vendors who respond to this solicitation should provide a price per each CLIN and a total price for the base and all the option years. All costs must be included in the quote. Please provide Dun and Bradstreet number, tax identification number and CAGE code; vendor's Offeror Representations and Certifications shall be completed in ORCA at https://orca.bpn.gov/ prior to submission of quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-11-T-0024/listing.html)
 
Place of Performance
Address: Within the State of Tennessee. POC coordination with Roger Allen is required after award for specific site location of unit(s)., Tennessee, United States
 
Record
SN02486762-W 20110702/110630235229-576220b3790ab0728b7349b239ea356f (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.