Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
MODIFICATION

U -- PROVIDE SQUADRON EXERCISE SUPPORT

Notice Date
8/15/2013
 
Notice Type
Modification/Amendment
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
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
H92240-13-T-JH23
 
Archive Date
8/20/2013
 
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
This amendment is issued to change the closing date. The new closing date is 19 August 2013, 3:00 p.m. EST This amendment is issued to delete the current PWS and replaced with the attached. The new date for questions pertaining to this solicitation must be submitted in writing by 7 August 2013, 10:00 a.m. to allow time for responses to be returned. The new closing date is 16 August 2013, 3:00 p.m. 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; quotes are being requested and a written solicitation will not be issued. Solicitation H92240-13-T-JH23 is issued as a request for quotation (RFQ). This is notice Naval Special Warfare Command, 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 611699 and the Small Business Size Standard is 7.0 M. This requirement is 100% set aside for small business. Line item 0001: Naval Special Warfare Command has a requirement for support of Squadron Interoperability Exercise to be held at Stennis Space Center near Hancock, MS from 9-20 September 2013 as per the attached Performance Work Statement (PWS). Provide breakdown by Labor Category. Direct Labor 1 LOT Line item 0002: Travel as per the attached PWS 1 LOT Line item 0003: Other Direct Costs as per the attached PWS 1 LOT 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. 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. FAR 52.212-3 Alt A - Reps and Certs ORCA 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. Only written questions regarding this announcement will be accepted. All questions pertaining to this solicitation must be submitted by 13 August 2013, 11:00 a.m. to allow time for responses to be returned. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68, effective 26 Jun 2013. Potential quoters must monitor this website for changes to the combined synopsis/solicitation. Amendments to the combined synopsis/solicitation will be posted to this website. NOTE: THE ATTACHED TWO CLAUSES MUST BE FILLED OUT AND RETURNED WITH THE QUOTE. (See attached PDF file) DFAR Clause 252.209-7999 (DEV); Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law (JAN 2012) DFAR CLAUSE 252.209-7998 (DEV); Representations Regarding Convection of a Felony Criminal Violation Under Any Federal or State Law (MAR 2012) Offerors shall complete the provision at 52.212-3, Offer Representation and Certification-Commercial Items which can be found completed via the ORCA website https://sam.gov The above registrations can be completed through the System for Award Management (SAM) @www.sam.gov. The System for Award Management (SAM) is a free web site that consolidates the capabilities that used to be found in CCR/FedReg, ORCA and EPLS. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 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 based on the lowest priced technically acceptable proposal. The following factors shall be used to evaluate offers: Technical capability, past performance and price. The following provisions and clauses apply to this acquisition: It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-99 - System for Award Management Registration (August 2012) (Deviation) FAR 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment FAR 52.212-1- Instructions to Offerors - Commercial Items (FEB 2012) FAR 52.212-3 Offeror Representations and Certification Commercial Items Alt 1 (DEC 2012) FAR 52.212-4 - Contract Terms and Conditions -- Commercial Items 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-Aside 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 (FEB 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-36 - Affirmative Action for Workers with Disabilities (Oct 2010) FAR 52.222-50; Combating Trafficking in Persons (FEB 2009) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messages FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.232-18 Availability of Funds FAR 52.232-33 Payment by Electronic Funds Transfer Central System for Award Management (Oct 2003) FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 - Clauses Incorporated By Reference FAR 52.252-5 (DEV) - Terms and Conditions Statues FAR 52.252-6 - Authorized Deviations in Clauses DFARS 252.203-7000 - Requirements Relating to Compensation DFARS 252.203-7002 - Requirement to Inform Employees DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 Alt A - Central Contractor Registration DFARS 252.204-7008 - Export Controlled Item DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders DFARS 252.225-7000 Buy American Act Balance of Payments Program Certificate (Dec 2009) DFARS 252.225-7001-Buy American Act and Balance of Payments Program DFAR 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 SOFAR 5652.204-9003 Disclosure of Unclassified Information (2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. SOFAR 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. SOFAR 5652.233-9000 Independent Review of Agency Protest 5652.237-9000 Contractor Personnel Changes (1998) •(a) The contractor shall have the right to remove his personnel assigned to perform the tasks hereunder and to substitute other qualified personnel provided that the Contracting Officer is notified of such removal and replacement. The contractor shall notify the Contracting Officer prior to such change, giving the new employee's name, security clearance and technical qualifications. •(b) Any removals or replacements for the convenience of the contractor shall be at no additional cost to the Government. Cost to be borne by the contractor include but are not limited to time of travel, travel and training costs for replacement personnel. •(c) Removals or replacements of contractor personnel shall be considered for the convenience of the contractor except when such removal is for: •(1) employees removed as a result of cancellation or completion of the contract, (2) employees replaced due to death or incapacitating illness or injury, (3) or employees removed or replaced at the Government's request. •(d) If any employee removes him/herself from the employ of the contractor, such removal will be at no additional cost to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92240-13-T-JH23/listing.html)
 
Place of Performance
Address: STENNIS SPACE CENTER, STENNIS, Mississippi, 39552, United States
Zip Code: 39552
 
Record
SN03150649-W 20130817/130815235842-b20449fb14330cb9da6d28aacc034c6d (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.