Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2012 FBO #3722
MODIFICATION

R -- Administrative Support and Security Specialists - Amendment 1

Notice Date
1/31/2012
 
Notice Type
Modification/Amendment
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-12-R-0037
 
Archive Date
3/24/2012
 
Point of Contact
Glenna J. Paulson, Phone: (202) 231-4640, LAURA PASKMAN-SYMS, Phone: 202 231-5570
 
E-Mail Address
glenna.paulson@dia.mil, laura.paskman-syms@dodiis.mil
(glenna.paulson@dia.mil, laura.paskman-syms@dodiis.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Section L&M a. The purpose of this Amendment is to add SF33, Sections L&M, add the Past Performance Questionaire and to change the NAICS Code. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. Solicitation number HHM402-12-R-0037 is issued as a Request for Proposals. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The NAICS code is 561210 and the business size standard for this NAICS is $32.5 Million. This Procurement is a 100% total small business set aside. All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and Online Representations and Certifications Applications (ORCA) at http://orca.bnp.gov. The Period of Performance is for a Base Period of Twelve (12) months from date of award with one (1) twelve month option period. CLINS are as follows: CLIN 0001: Base Year: 12 months Twenty Five (25) Administrative Support Contractors Eleven (11) Security Specialist Contractors One (1) Project Manager Period of Performance: 04/01/2012 through 03/3112013 CLIN 0002: Option Period I: 12 months Twenty Five (25) Administrative Support Contractors Eleven (11) Security Specialist Contractors One (1) Project Manager Period of Performance: 04/01/2013 through 03/31/2014 This requirement is for Technical and Executive Support within certain functional areas; including but limited to: Personnel Security Records Management, Administrative Support Functions and Special Security Support Functions at various Defense Intelligence Agency (DIA) facilities located throughout Washington D.C., Virginia and Maryland. The Virginia Contracting Activity intends to award a Firm Fixed Price Level of Effort Type Contract. The Government intends to award a single contract to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate proposals: Volume I: Technical Approach; Volume II: Key Personnel; Volume III: Past Performance and Volume IV: Cost. The evaluation factors are listed in order of descending importance. Per FAR 52.212-2, the Government reserves the right to make award without discussions. The following FAR provisions and clauses are applicable to this solicitation by reference: 52-212-1, Instructions to Offers - Commercial Items; 52.212-2, Evaluation­ Commercial Item; 52.212-3, Offer Representation and Certifications- Commercial Items; 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, with the following FAR clauses and provisions being cited as applicable to this acquisition; 52.222-19 Child Labor Cooperation with Authorities; 52.222-19 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other eligible Veterans; 52.222-376 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other eligible Veterans; 52.232-18 Availability of Funds; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.243-1 Changes-Fixed Price Alternate I; FAR 52.246-4 Inspection of Services-Fixed Price; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract. The following DFARS clauses and provisions apply to this solicitation and are hereby incorporated: 252.212-7000. Offeror Representations and Certification- Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; 252.232-7003 Electronic Submission; 252.232-7010 Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment and Local Clause 1052.232-90 Invoice Procedures: Electronic Invoicing Requirement Invoicing Procedures and Payment. All Clauses and Provisions may be found in full text at the following web site: http//farsite.hill.af.mil. Proposals and questions are to be submitted to Glenna J. Paulson, Contracting Officer, via e-mail at glenna.paulson@dodiis.mil. Questions must be e-mailed prior to 3:00P.M. EST on February 10, 2012. The deadline for proposals is 3:00P.M. on Friday, March 9, 2012. Work is to begin April 2, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-12-R-0037/listing.html)
 
Place of Performance
Address: Virginia Contracting Activity, ATTN: AE-2A, Bolling AFB, Bldg. 6000, Washington, District of Columbia, 20340, United States
Zip Code: 20340
 
Record
SN02664742-W 20120202/120131235015-a36e7931413fc4ffac668fc2f109fba6 (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.