Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
MODIFICATION

H -- VICTIM ADVOCATE ASSISTANT

Notice Date
9/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q11VA
 
Response Due
9/27/2011
 
Archive Date
11/26/2011
 
Point of Contact
Dennis Donaldson, 575-678-5453
 
E-Mail Address
MICC - White Sands Missile Range
(dennis.g.donaldson@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This Request for Proposals ( RFP) W9124Q11VA is non-personal service contract as defined in 37.101, under which the contractor is an independent contractor as a Victim Advocate at White Sands Missile Range (WSMR), NM. Contractor is expected to be on-call 24/7, 365 days per year, sharing time and schedule with another contractor. Majority of hours will be non-duty hours and weekends. Some hours will be during duty hours. Contractor is expected to take required training when given, may be some evening and weekend hours. Starting 12 September 2011 and ending 11 September 2012. Contractor is paid a set monthly amount for the duties of victim advocate. There will also be the opportunity to exercise one option year starting 12 September 2012 and ending 11 September 2013. 2. This combined synopsis/solicitation is issued as an RFQ. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). 3.Starting 28 September 2011 and ending 27 September 2012. Contractor is paid a set monthly amount for the duties of victim advocate and hourly for additional duties listed in this contract. There will also be the opportunity to exercise one option year starting 28 September 2012 and ending 27 September 2013. 4.Your quotes shall be submitted electronically to Dennis.g.donaldson@us.army.mil or by facsimile to 575-678-5107 Attn: Dennis Donaldson no later than 5:00 pm MDT. September 27, 2011. 5.Proposal Summary as a template for your priced proposal. Proposals shall include your Tax Identification Number (TIN), Dun & Bradstreet D-U-N-S number and pricing for the base and option years. Price proposals should be valid for 30 days from September 6, 2011. Evaluation will be IAW FAR 52.212-2 will be based on the following factors: 1) Technical capability, 2) Price, 3) Past performance, and 4) Small disadvantaged business participation. Proposals will be approved ONLY if the contractor meets ALL of the minimum requirements specified in the Statement of Work. Do not submit a proposal unless ALL of the minimum requirements are met at the time the proposal is submitted (September 27, 2011). Along with the proposal summary, please provide a resume (companies that submit proposals MUST identify specific personnel currently working within the company and provide their resume and contact information). Technical proposals shall identify exactly how all of the minimum requirements are met which are attached in this solicitation in the Statement of Work (i.e. requirements a - h listed in the second paragraph). 6.This action is a 100% small business set-aside. The applicable North American Industry Classification System (NAICS) code is 624190 with a size standard of $7 million. Payment will be made by the Defense Financial and Accounting System (DFAS); therefore, you must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov/), as well as, Wide Area Work Flow (WAWF) (https://wawf.eb.mil/). Award shall be made to the most "technically acceptable, best value proposal." You shall submit commercially available literature that demonstrates you are able to meet all of the requirements specified in the attached Statement of Work. From the Federal Acquisition Regulation (FAR), the following provisions and clauses are applicable to this solicitation: 7.The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.219-28 Post Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 Alternate A; DFARS 252.217-7028 Over and Above Work; DFARS 252.232-7003 Electronic Submission of Payment Requests; and AFFARS 5352.201- 8.Full text of these clauses may be found at http://www.arnet.gov/far. From the defense Federal Acquisition Regulation Supplement (DFARS), the following provisions and clauses are applicable to this solicitation: xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. When submitting your quote, include shop and labor rates. Over and Above Work will be handled in accordance with clause DFARS 252.217-7028. (xiv) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed 9.Full text of these clauses may be found at http://www.arnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d73614ee46696e78371e2db9c58ddc5a)
 
Place of Performance
Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN02591203-W 20110925/110924000732-d73614ee46696e78371e2db9c58ddc5a (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.