Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOLICITATION NOTICE

F -- Fish restocking on Lindsay Lake (Fort Bragg, NC)

Notice Date
3/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
112511 — Finfish Farming and Fish Hatcheries
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124712T0029
 
Response Due
3/15/2012
 
Archive Date
5/14/2012
 
Point of Contact
Michael Welch, 910-396-4818
 
E-Mail Address
MICC Center - Fort Bragg
(michael.j.welch82.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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 being requested and a written solicitation will not be issued. Solicitation Number: W91247-12-T-0029Notice Type: Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items 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 being requested and a written solicitation will not be issued. (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. (ii)This solicitation document, W91247-12-T-0029, is issued as a Request for Quote (RFQ) for the delivery of fish to Lindsay Lake located on Fort Bragg, North Carolina. (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-53, Effective 6 July 2011. (iv) Notice of Total Small Business Set-Aside. This solicitation is a total small business set aside. Quotes received from other than small business concerns will not be considered. The associated NAICS code is 112511, Finfish Farming and Fish Hatcheries, with size standard of $0.75 M. (v) This requirement is for the delivery of fish to Lindsay Lake located on Fort Bragg, North Carolina, as specified in the attached Performance Work Statement (Technical Exhibit A). (vi) The requirement shall be Firm Fixed Price (FFP). (vii)Required delivery of fish to Lindsay Lake located on Fort Bragg, NC. Potential contractors shall utilize the attached Schedule B (Attachment 1). (viii)Provision at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (ix)Provision at FAR 52.252-2 Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (x)Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the most advantageous to the Government, price and other factors considered. Addendum to 52.212-1 Instructions to Offerors--Commercial Items JUN 2008: The submission content is as follows and must be submitted and arranged in the sequential order listed below: 1. Acknowledgment of Solicitation Amendments. The offeror must submit a statement to acknowledge solicitation amendments, if applicable. 2. Schedule of Pricing. The quoter must submit a quoted price for Contract Line Item Numbers (CLIN) 0001, 0002, 0003 (See Schedule B Attached) 3. Representations and Certifications, FAR clause 52.212-3 Alt I and DFARS clause 252.212-7000. The offeror must complete and submit the required representations and certifications. 4. The apparent low quoter must submit performance information at the request of the Contracting Officer. This information will be used to determine that the contractor can meet the minimum standards for responsible contractors as defined in Federal Acquisition Regulation (FAR) 9.104-1. a.Past Performance. At the request of the Contracting Officer, the apparent low quoter must submit at least three (3) but no more than five (5) past performance references for recent and relevant contracts performed within the past three (3) years for the same or similar items required under the solicitation. Contracts may include those with federal, state and local Government as well as private companies. References must be of comparable magnitude and similar in nature to the work required under this solicitation. Each reference must include the following information: -Contract Number and contract dollar value, -The contract period of performance, -A brief description of the contract requirements, -The contract point of contact, telephone number, and facsimile number. (xi)Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation 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 offers: Price, Technical Capability, and Responsibility: As Authorized under FAR Subpart 13.5, Test Procedures for Certain commercial Items, simplified procedures will be used to evaluate offer and award this requirement. Proposed price will be evaluated for reasonableness using the price analysis techniques provided under FAR Part 13. The Government will review the contractor's technical certifications to ensure that it reflects a sound approach and understanding of this requirement and that the contractor has the technical ability to successfully perform the requirement. The Government intends to award this procurement based on the contractor's responsibility, an acceptable technical plan, and determination of a fair and reasonable price. (xii)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offfers are to include a completed copy). The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xiii)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. Addendum to FAR 52.212-4 Contract Terms and Conditions--Commercial Items Jun 2010: - 1. INVOICING AND PAYMENTS (WIDE AREA WORK FLOW (WAWF): (a)All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. (b)The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line item numbers (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. (c)An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. (d)The following codes will be required to route receiving reports and invoices correctly through WAWF. CONTRACT NUMBER:TBD TYPE OF DOCUMENT:Combo CAGE CODE:TBD ISSUE BY DODAAC:W91247 ADMIN DODAAC:W91247 INSPECT BY DODAAC:TBA SERVICE ACCEPTOR/SHIP TO:TBA LOCAL PROCESSING OFFICE: PAY OFFICE DODAAC:TBD (xiv)Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil): 52.204-7, Central Contract Registration; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.2223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/, 52.252-2 Clauses Incorporated by Full Text (website provided http://farsite.hill.af.mil) and (xv) The following DFAR clauses apply to this acquisition: 1.DFARS 252.204-7004, Alternate A Central Contractor Registration; DFARS 252.211-7003, Item Identification Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.227-7015, Technical Data - Commercial Items. Applicable additional clauses under DFARS 252.212-7001 are as follows: (xvi) Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: 5152.209-4000, DoD Level Antiterrorism (AT) Standards (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (xvii) Submission of proposals shall be forwarded by Thursday, 15 March 2012, 1:00 PM EDT. Offerors shall provide a quote using the pricing schedule provided in Attachment 1 of this combined synopsis/solicitation. (xviii) Submission of Quotes: Quotes shall be forwarded to Contract Specialist, SSG Michael Welch via email to: michael.j.welch82.mil@mail.mil. Facsimile submission will not be accepted. (xix) The point of contact (POC) for this acquisition is SSG Michael Welch. If you have any questions concerning this solicitation they must be submitted via email NLT Monday, 12 March 2012 at 1:00 P.M. EST. SSG Michael Welch may be reached at 910-396-4818 or via email at michael.j.welch82.mil@mail.mil. (xx) A detailed requirement description is attached at Technical Exhibit A.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cb82b47507498e8a00f152310682bc31)
 
Place of Performance
Address: MICC Center - Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN02691395-W 20120309/120307235827-cb82b47507498e8a00f152310682bc31 (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.