Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2011 FBO #3661
SOLICITATION NOTICE

R -- Credential Forensic Odontologist Services

Notice Date
12/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060412T3013
 
Response Due
12/7/2011
 
Archive Date
12/22/2011
 
Point of Contact
Nelson Uehara 808-473-7681 Nelson Uehara
 
E-Mail Address
.uehara@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS (https://www.fbo.gov/) and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-12-T-3013. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-54 and DFARS Change Notice 20111118. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 541690 and the Small Business Standard is $7 million. This acquisition is a 100% Small Business Set-Aside. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing the following: ITEM 0001: FORENSIC ODONTOLOGIST CONSULTANT Quantity = 1, Unit = Group BASE PERIOD POP: December 15, 2011 to December 14, 2012 See Performance Work Statement (PWS) Technical POC: Vince Sava (808-448-1746) ITEM 0002: TRAVEL IAW the Federal Acquisition Regulations (FAR) and Department of Defense (DOD) Joint Travel Regulations (JTR) POP: December 15, 2011 to December 14, 2012 See PWS Technical POC: Vince Sava (808-448-1746) ITEM 1001: FORENSIC ODONTOLOGIST CONSULTANT Quantity = 1, Unit = Group OPTION YEAR 1 POP: December 15, 2012 to December 14, 2013 See PWS Technical POC: Vince Sava (808-448-1746) ITEM 1002: TRAVEL IAW the FAR and DOD JTR POP: December 15, 2011 to December 14, 2012 See PWS Technical POC: Vince Sava (808-448-1746) ITEM 2001: FORENSIC ODONTOLOGIST CONSULTANT Quantity = 1, Unit = Group OPTION YEAR 2 POP: December 15, 2013 to December 14, 2014 See PWS Technical POC: Vince Sava (808-448-1746) ITEM 2002: TRAVEL IAW the FAR and DOD JTR POP: December 15, 2011 to December 14, 2012 See PWS Technical POC: Vince Sava (808-448-1746) Period of Performance for Base Year shall be December 15, 2011 to December 14, 2012 with two (2) Option Years (Option Period 1 will be 12/15/12 thru 12/14/13 and Option Period 2 will be 12/15/13 thru 12/14/14). If the required Period of Performance cannot be met, an alternate schedule may be considered. Place of Performance shall be at JPAC-CIL Headquarters, 310 Worchester Avenue, Building 45, Joint Base Pearl Harbor Hickam (JBPHH), HI 96853-5530. Method of payment is by Wide Area Work Flow (WAWF). Unless otherwise specified in the order, the contractor is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; Quoters shall include a completed copy of 52.212-3 and all its ALT I with quotes. 52.212-4, Contract Terms and Conditions “ Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.209-6, Protecting the Government ™s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.224-1, Privacy Act Notification; 52.224-2, Privacy Act; 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.232-18, Availability of Funds; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 and its ALT A, Central Contractor Registration; DFARS 252.204-7008, Export-Controlled Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; SUP 5252.232-9402, Invoicing and Payment (WAWF) Instructions; SUP 5252.243-9400, Authorized Changes only by the Contracting Officer; This announcement will close at 8:00 a.m. Hawaii Standard Time on Wednesday, 07 December 2011. Contact Nelson Uehara who can be reached at (808) 473-7681 or email nelson.uehara@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412T3013/listing.html)
 
Record
SN02631396-W 20111203/111201234254-bdafd567f7bfb4b2f3dacbb645e58480 (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.