Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

B -- OUTREACH PROFESSIONAL SERVICES - STATEMENT OF WORK

Notice Date
8/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-11-R-0022AG
 
Archive Date
9/22/2011
 
Point of Contact
Antoinette J. Gregg, Phone: 7037671189
 
E-Mail Address
Antoinette.Gregg@dla.mil
(Antoinette.Gregg@dla.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
STATEMENT OF WORK COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This is a Request for Proposal (RFP) and the solicitation number is SP4705-11-R-0022AG. No formal solicitation will be issued. Review the attached Performance Statement of Work for more details. This solicitation is issued as a service disabled veteran owned small business. The NAIC code is 541990 and the size standard is $7,000,000.00. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-53 effective 04 AUG 2011, Defense Federal Acquisition Regulation Supplement (DFARS), and Defense Logistics Acquisition Directive (DLAD) current to Revision 5. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil. The DLA Contracting Services Office intends to procure acquisition on behalf of the National Defense University (NDU) to provide outreach professional services to promote the academic and learning service the National Defense University (NDU) icollege has to offer. Contract Line items: 0001 -Outreach Professional Services 0002- Travel (NTE $300.00) Description of Requirements: The contractor shall be directly responsible for ensuring the accuracy, timeliness, and completion of all tasks under this effort. Date (s) and place (s) of delivery and FOB Point: 0001 - 0002 N/A NATIONAL DEFENSE UNIVERSITY (NDU) Washington, DC 20319 FOB: Destination The resulting contract will be firm-fixed price. The primary place of performance is at the Government's site. On occasion meetings at the contractor's facility may be required. The Government will make award to the responsible offeror who has the lowest price and is technically acceptable. Offerors must be submitted via email or mail no later than September 06, 12:00 PM (Eastern Standard Time). Submit offers to the point of contact antoinette.gregg@dla.mil. Advance copies of the response can be email or mailed to Antoinette Gregg, DLA Contracting Services Office Headquarters (HQ), 8725 John J.Kingman Road, Suite 1145. Note: All responses must include the solicitation number in the combined synopsis/solicitation. For email, the solicitation number must be included within the subject line. Contractors' are to submit one (1) original copy of the proposal and one (1) redacted copy of the proposal. Within the copy, remove all mention of the contractor's name. Section B, clauses and evaluation. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and addendum 52.212-1 ADDENDUM - INSTRUCTIONS TO OFFERORS - - COMMERCIAL ITEMS (JUN 2008)(b)(2). Certifications and Representations. FAR clause 52.212-3, Alt I: complete applicable fill-ins.;52.212-2 Evaluation-Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offer whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will use the lowest price technically acceptable selection process. The following standards shall be used to evaluate offers: (i)Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (ii) Price: For offers which meet or exceed the specifications in the solicitation and any subsequent amendments. (iii)Delivery: Offerors must meet the required delivery date or be able to start period of performance on the required period of performance. (iv) Responsibility: Offerors must meet the standard for FAR 9.104. (b)Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c )A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award (End of provision)..; 52.212-3 Offeror Representations and Certification-Commercial Items (AUG 2009);52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2010); 52.219-28 Post-award Small Business Program Rerepresentation APR 2009; 52.232-17 Interest OCT 2008;52.242-13 Bankruptcy (JUL 1995); 52.242-15 Stop-Work Order (AUG 1989); 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009); 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution DLAD (AUG 2004). The resulting contract will be firm-fixed price. The period of performance will be for one twelve (12) month period. The Government will make award to the responsible offeror who has the lowest price and is technically acceptable. Offerors must be submitted via one of the following methods by 9:00 AM EST, September 07, 2011. Email to: antoinette.gregg@dla.mil; Fax to: 703-767-1172 Attn: Antoinette Gregg or Mail to : DLA Contracting Services Office, ATTN: Antoinette J. Gregg, 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA 22060. To be eligible for award of a Government contract, contractors must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet @www.ccr.gov. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor the FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-11-R-0022AG/listing.html)
 
Place of Performance
Address: 300 5TH AVENUE, WASHINGTON, District of Columbia, 23511, United States
Zip Code: 23511
 
Record
SN02550905-W 20110828/110826235016-fdda193c9d8c5fd73e4b7de7d913f076 (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.