Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

D -- IT Specialist (Afghanistan) - Statement of Work

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, CENTCOM - Joint Theater Support Contracting Command, RCC LEATHERNECK, W6GG Ofc Reg Cont Off Eff, Operation Enduring Freedom, APO AE, Non-U.S., 09355, United States
 
ZIP Code
09355
 
Solicitation Number
W5K9FH-11-T-0484
 
Archive Date
9/21/2011
 
Point of Contact
Gary N. Scidmore, Phone: 3183576749, Gary N. Scidmore, Phone: 3183576749
 
E-Mail Address
gary.scidmore@afg.usmc.mil, gary.scidmore@afg.usmc.mil
(gary.scidmore@afg.usmc.mil, gary.scidmore@afg.usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work 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 procurement is not a small business set-aside; any responsible source may submit a quote. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number W5K9FH-11-T-0484 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and Defense Acquisition Circular 91-13. The NAICS code is 541512. The Government intends to issue a purchase order to the responsible quoter whose quote is the most advantageous to the Government considering price, technical acceptability, and past performance. The requirement for the services are included in the attached Statement of Work. The period of performance is 15 October 2011 through 14 October 2012. The evaluation criteria for award will be: 1. Price The quoter's total evaluated price will be calculated by totaling the price for the year's service and FAR 52.217-8 pricing will be evaluated, however, this price will not be added to the quoter's response to determine total contract value for award purposes. Contractor shall include a quality cost breakdown to include (1) year performance and mobilization/demobilization as well. 2. Technical Capability Offerors' Technical Capability will be evaluated with regards to the offeror providing a technical proposal that demonstrates a sound approach to providing the required contractor personnel which meet the minimum qualifications as stated in each task identified in Section 4. Description of Work located in the Statement of work. Work experience may be substituted for education on a case by case basis and in accordance with GSA schedule SIN guidelines. a) Mobilization and Delivery Plan. Submit a plan that shows the Contractor has sound mobilization and a sound comprehensive schedule that meets the Government's required performance period to complete the requirements in the SOW within the required timeframe. This includes timeframes for processing, travel, etc. b) Quality Control Plan - The offeror shall submit an approach that addresses the quality control plan to be implemented. The plan shall include the offeror's quality control program and how they will meet their own developed performance metrics. 3. Past Performance Contractor may submit up to three (3) recent and relevant contracts for similar service with similar scope of work. Contractor past performance must be demonstrated by completed projects. Past performance will be evaluated on an acceptable/unacceptable basis. Satisfactory or better past performance on recent and relevant services will be rated as acceptable. No past performance will result in a neutral rating. Place of Performance is Camp Leatherneck/Bastion, Helmand Province, Afghanistan. The following FAR/DFARS/C3 Provisions apply 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 Certification - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.217-8 Option to Extend Services 52.212-1 Solicitation Provisions Incorporated by Reference 52.222-21 Prohibition of Segregated Facilities 52.222-26, Equal Employment Opportunity 52.222-50Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer 52.233-3, Protest After Award 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.225-7042 Authorization to Perform 952.233-0001, C3 Agency Protest Program. The following information shall be provided with this quotation: Commercial and government entity code (Cage). Taxpayer identification number (Tin). Data universal numbering system (Duns). Remit to Address: Quotes can be e-mailed to gary.scidmore@afg.usmc.mil. Quote must be received no later than 06 September 2011, 5:00 P.M. Eastern Standard Time(EST). Questions can be addressed by email to GySgt Scidmore no later than 2 September 2011, 5:00 P.M. (EST).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/af9ae75c7715530cb1ad6c436882fd26)
 
Place of Performance
Address: Camp Leatherneck- Helmand Province, Afghanistan (closest city: Lashkar Gah), Camp Leatherneck, Non-U.S., Afghanistan
 
Record
SN02552994-W 20110831/110829234858-af9ae75c7715530cb1ad6c436882fd26 (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.