Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

Q -- Ergonomics Consultation and Training Services - DFAS Clauses - Schedule of Items Table - Statement of Work - Wage Determination

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621340 — Offices of Physical, Occupational and Speech Therapists, and Audiologists
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
HQ0423-11-T-0016
 
Archive Date
11/15/2011
 
Point of Contact
Carrie Fairbanks, Phone: 6146931912
 
E-Mail Address
carrie.fairbanks@dfas.mil
(carrie.fairbanks@dfas.mil)
 
Small Business Set-Aside
N/A
 
Description
Wage Determination Statement of Work Optional Schedule of Items Table DFAS Clauses ERGONOMICS CONSULTATION AND TRAINING SERVICES REQUEST FOR QUOTES (RFQ) NO: HQ0423-11-T-0016 This is a combined synopsis/solicitation (RFQ) to obtain on-site services for ergonomics consultation and training on an as needed basis at Defense Finance and Account Service (DFAS) Limestone, ME 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; quotes are being requested and a written solicitation will not be issued. This will be a Firm Fixed Price Contract type. NAICS code for this announcement is 621340 with small business size standard $7.0 million. SOLICITATION CLOSING DATE: All quotes must be received by close of business, October 12, 2011. Preferred delivery method is via email: carrie.fairbanks@dfas.mil. Quotes shall include at a minimum, in addition to the items listed in the section Basis for Award below, the following: CCR Cage Code; DUN & Bradstreet number; Tax Identification Number; and Company Point of Contact Name, Phone Number and Email Address. Note: A Schedule of Items Table has been included as an attachment to this announcement to assist with submission of pricing for your convenience. If you elect to not use the table, please furnish prices using a format similar in nature by providing unit prices for the Line Items specified below. IMPORTANT REMINDER: Prior to submission of quote, please verify your CCR: https://www.bpn.gov/ccr/default.aspx and ORCA: http://orca.bpn.gov/ registrations are current and active in order to be be eligible for award of a contract. DESCRIPTION: See attached Statement of Work (SOW). Price Schedule: Base Year: CLIN 0001 - Ergonomic and consultation training services as described in the attached SOW as follows: Estimated quantity of 60 on-site visits / year. Unit price shall be provided for each on-site visit. Option Year 1: CLIN 0002 - Ergonomic and consultation training services as described in the attached SOW as follows: Estimated quantity of 60 on-site visits / year. Unit price shall be provided for each on-site visit. Option Year 2: CLIN 0003 - Ergonomic and consultation training services as described in the attached SOW as follows: Estimated quantity of 60 on-site visits / year. Unit price shall be provided for each on-site visit. Option Year 3: CLIN 0004 - Ergonomic and consultation training services as described in the attached SOW as follows: Estimated quantity of 60 on-site visits / year. Unit price shall be provided for each on-site visit. Option Year 4: CLIN 0005 - Ergonomic and consultation training services as described in the attached SOW as follows: Estimated quantity of 60 on-site visits / year. Unit price shall be provided for each on-site visit. Option(s) will be evaluated at time of award. (Ref FAR 52.217-5) Place of performance: DFAS Limestone, 27 Arkansas Rd., Limestone, ME 04751. Period of performance: Base year period will be from date of award (anticipated November 1, 2011) thru October 31, 2012 with four (4) - one (1) year option periods that will run from November 1st thru October 31st of each option year period. PROVISIONS AND CLAUSES: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The Government intends to include the following FAR, DFAR and DFAS clauses and provisions, either by reference or in full text in the resulting award. NOTE: The FAR and DFAR clauses may be accessed in full text at http://farsite.hill.af.mil/. DFAS Clauses may be accessed in full text under attachment titled DFAS Clauses. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) FAR 52.212-1 Instruction to Offerors - Commercial (JUN 2008) FAR 52.212-3 Offeror Representation and Certifications - Commercial Items (OCT 2010) Alternate I (APR 2002) Excerpt (Note: This clause has been included in the document titled DFAS Clauses) FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues of Executive Order Commercial Items (APR 2010) Deviation FAR 52.217-5 Evaluation of Options (JUL 1990), FAR 52.217-8 Option to Extend Services (NOV 1999) (Note: This clause has been included in the document title DFAS Clauses) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (Note: This clause has been included in the document titled DFAS Clauses) FAR 52.219-28 Post-award Small Business Program Rerepresentation (JUN 2007) FAR 52.222-3 Convict Labor (JUN 2003_ FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers With Disabilities (OCT 2010) FAR 52.222-41 Service Contract Act of 1965 (NOV 2007): The Service Contract Act of 1965, as amended, applies to this acquisition, per the Federal Acquisition Regulation (FAR) clauses that have been incorporated by reference. Wage Determination No 2005-2241, Revision No 12, dated 6/13/11 is applicable to this solicitation and may be viewed at www.wdol.gov/. FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010) FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010) FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT. 2003) FAR 52.233-1 Disputes (JUL 2002) FAR 52.233-3 Protest after Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFAR 252.201-7000 Contracting Officer's Representative (DEC 1991) DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) DFAR 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) DFAR 252.204-7003 Control of Government Personnel Work Product. Alternate A (SEP 2007) DFAR 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (SEP 2007) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items ( DEC 2010) Deviation DFAR 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) DFAR 252.232-7010 Levies on Contract Payments (DEC 2006) DFAS 52.223-9000 Environmentally Preferable Products (Oct 2007) DFAS 252.232-9000 Wide Area Work Flow (WAWF) Instructions (JAN 2010) DFAS DCG 204.2 Replacement of Paper Document Distribution Electronic Document Access (EDA). BASIS FOR AWARD: The Government will award a contract resulting from this announcement to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: price and past performance. The following should be addressed in your quote: PAST PERFORMANCE: The provided information should clearly demonstrate or identify the following: relevant past performance within the last two (2) years. (Services provided at similar Government facilities are preferred.) Please include applicable point of contact information such as name, phone number and email address for relevant past performance. PRICE: The provided information should clearly identify the unit price per on-site visit for an estimated of 60 on-site visits per year for the base year and 4 option years. An optional table has been included as an attachment titled Schedule of Items Table to assist with submission of pricing for your convenience. All quotes will be evaluated to determine that the quoted price(s) reflect a technical understanding of the requirement and those considered unrealistic may be rejected. Option(s), inclusive of any potential extensions in accordance with FAR 52.217-8, will be evaluated at time of award. (Ref FAR 52.217-5) The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). DFAS reserves the right to issue an order to a vendor for reasons other than the lowest price. An order may be issued based upon initial responses and awarded without discussions or negotiations. Therefore, each response should be submitted in the most favorable terms satisfying the RFQ requirement. Failure to submit quotes as requested under this RFQ or attached SOW may be subject to be non-responsive. Failure to meet a requirement will not necessarily subject a quote to disqualification. INVOICES: Shall be submitted via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract. Reference DFAS Clause 252.232-9000. PLEASE NOTE: A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order for this service.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/HQ0423-11-T-0016/listing.html)
 
Place of Performance
Address: DFAS Limestone, 27 Arkansas Road, Limestone, Maine, 04751, United States
Zip Code: 04751
 
Record
SN02572849-W 20110914/110913000406-4a89f8c8881d9541b785369f3e57a3a6 (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.