Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOLICITATION NOTICE

S -- PERFORM RANGE CLEANING SERVICES - (Draft)

Notice Date
11/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92243-13-T-JH03
 
Archive Date
11/9/2012
 
Point of Contact
Jackie D Handley, Phone: 757-763-2441
 
E-Mail Address
jacqueline.handley@navsoc.socom.mil
(jacqueline.handley@navsoc.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK DFAR 252.209-7999 DFAR 252.209-7998 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. The solicitation H92243-13-T-JH03 is issued as a request for quotation (RFQ) and this is notice that NSWC Contracting Office, Joint Expeditionary Base (JEB) Little Creek/Ft Story, Virginia Beach, VA 23459 intends to award a firm fixed price contract. The associated naics code is 562112 and the Small Business Size Standard is $12.5 M. CLIN 0001 Furnish labor and material to perform complete 100 % cleaning and screening of 16 position range 103' wide, granulated rubber indoor bullet traps with continerization of all fines ¼" minus in Tri-Wall cubic yard boxes of six Bay Rogers lanes of the indoor firing range in accordance with attached Statement of Work. 1 LO Period of performance must be December 15 2010- January 3, 2013. FAR 52.212-2 - EVALUATION--COMMERCIAL ITEMS The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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: Technical capability, past performance and price. Price quotes should detail contractor's ability to meet the required training specifications as detailed in SOW. Award will be based on lowest price technically acceptable. Provide two (2) examples of orders where same/similar work has been performed or being performed by your company within the past three (3) years. Only written questions regarding this announcement will be accepted. All questions pertaining to this solicitation must be submitted by November 5, 2012, 10:00 AM EST to allow time for responses to be returned. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. Note that you must be registered in SAM to be considered for an award. Registration is free and can be completed online at https://SAM.gov. Representations and Certifications shall be completed via the SAM web site at https://SAM.gov. The following provisions and clauses apply to this acquisition: FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 - Acquisition of Commercial Items Provisions and Clauses FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 - Contract Terms and Conditions -- Commercial Items applies to this acquisition FAR 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Deviation) FAR 52.219-6 - Small Business Set-asides FAR 52.222-3 - Convict Labor FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Msg FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim, FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation FAR 52.247-34 - F.o.b. Destination, FAR 52.252-2 - Clauses Incorporated By Reference FAR 52.252-6 - Authorized Deviations in Clauses DFARS 252.203-7000 - Requirements Relating to Compensation DFARS 252.203-7002 - Requirements to Inform Employees DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7008 - Export-Controlled Items DFARS 252.209-7998 (Dev) Representation Regarding Conviction of a Felony Criminal Violation under Any Federal or State Law DFARS 252.209-7999 (Dev) - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law DFARS 252.212-7001 (DEV) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 - Levies on Contract Payments and DFARS 252.243-7001 - Pricing of Contract Modifications SOFARS 5652-204-9003 - Disclosure of Unclassified Information (2007) SOFARS 5652.233-9000 - Independent Review of Agency Protests SOFARS 5652.237-9000 - Contractor Personnel Changes SOFARS 5652.228-9000 Required Insurance
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92243-13-T-JH03/listing.html)
 
Place of Performance
Address: 1300 HELICOPTER ROAD, VIRGINIA BEACH, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN02923093-W 20121103/121101234736-bb9bd47c286091e50bec9e4cae7a1564 (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.