Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2014 FBO #4465
SOLICITATION NOTICE

U -- CERFP EXEVAL/Operation Integration Support

Notice Date
2/12/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-14-T-0026
 
Response Due
2/21/2014
 
Archive Date
4/13/2014
 
Point of Contact
Cody B Kennedy, 9048230566
 
E-Mail Address
USPFO for Florida
(cody.b.kennedy.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. 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 being requested and a written solicitation will not be issued. The solicitation number assigned to this action is W911YN-14-T-0026. The solicitation is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for Florida, Purchasing and Contracting Division, St. Augustine, Florida 32085. Principle NAICS is 541990 and size standard is $14 million. The Florida Army National Guard (FLARNG) requirement is for Structural Collapse venue Site (SVCS) - Reset Role Player Support Services at Camp Blanding Joint training Center, Starke, FL from 23-28 March 2014. (See Statement of Work). This acquisition is utilizing procedures in FAR part 13, simplified Acquisition Procedures. The Government intends to place a Single, Lowest Price, Technically Acceptable, Firm-Fixed Price order without discussions. Therefore, offers should submit their best offer up front. Do not assume you will be able to revise your offer. The resulting contract from this combined synopsis solicitation will require the Contractor to be compliant with the Contract Manpower reporting (CMR) system. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the FLARNG via a secure data collection site. See attached Performance Work Statement (PWS) for more information. Requirement: CLIN 0001: Lump sum pricing for the entire Performance Work Statement CLIN 0002: Price for compliance with Contract Manpower Reporting (CMR), (If Applicable) The following provisions are included for the purposes of this combined synopsis/solicitation: 52.212-1 -- Instructions to Offerors -- Commercial Items (JUL 2013); Evaluation in accordance with FAR 13.106-2 based on the lowest price technically acceptable offer 52.212-3 -- Offeror Representations and Certifications -- Commercial Items ALT I; 52.252-1-Provisions Incorporated by Reference (http://farsite.hill.af.mil). 52.237-1 - Site Visit 252.203-7005 - Representation Relating to Compensation of Former DoD Officials 252.204-7011 - Alternative Line Item Structure 252.209-7994 (DEV) - Prohibition Against Using Fiscal Year 2014 Funds to Contract with Corporations that have an Unpaid Delinquent Tax Liability or a Felony Conviction Under Federal Law 252.225-7031 - Secondary Arab Boycott of Israel 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. 52.233-2 - Service Protest 252.209-7001 - Disclosure of Ownership or Control by the Government of a Terrorist Country 252.215-7007 - Notice of Intent to Resolicit 252.215-7008 - Only One Offer The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 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 (Dev.); 52.219-6-Notice of Total Small Business Set-Aside (JUNE 2003); 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-21 - Prohibition of Segregated Facilities 52.222-41 - Service Contract Act of 1965 (DOL WD Attached) 52.222-42 - Statement of Equivalent Rates for Federal Hires 52.222-50 - Combating Trafficking in Persons 52.223-5 - Pollution Prevention and Right to Know Information 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management 52.232-39 - Unenforceability of Unauthorized Obligations 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.237-2 - Protection of Government Buildings, Equipment and Vegetation 52.252-2-Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6 - Authorized Deviations in Clauses 252.201-7000 - Contracting Officer's Representative 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information 252.223-7006 - Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7010 - Levies on Contract Payments 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 - Subcontracts for Commercial Items 52.222-3 - Convict Labor 52.222-36 - Affirmative Action for Workers with Disabilities 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 52.222-35 - Equal Opportunity for Veterans 52.222-37 - Employment Reports on Veterans 52.203-3 - Gratuities 52.203-6 Alt. I - Restrictions on Subcontractor Sales to the Government - Alternate I 52.204-4 - Printed or Copied-Double Sided on Post- consumer Fiber Content Paper 52.219-8 - Utilization of Small Business Concerns 52.219-14 - Limitations on Subcontracting 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act 52.222-44 - Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.222-54 - Employment Eligibility Verification 52.228-5 - Insurance - Work on a Government Installation 252.225-7012 - Preference for Certain Domestic Commodities 252.243-7002 - Requests for Equitable Adjustment Submittal Requirements: Submit the following in order to be considered for award. 1. Pricing of CLINS 0001 and 0002. 2. Technical Proposal detailing how Contractor will accomplish the requirements of the PWS 3. Representations and Certifications (52.212-3 Alt 1 & 252.209-7999). Submit offers in response to this synopsis/solicitation to: cody.b.kennedy.mil@mail.mil; (USPS Mail) USPFO for Florida, PO Box 1008, St. Augustine, FL 32085-1008; (Delivery Address) USPFO for Florida, 189 Marine St., St. Augustine, FL 32085. Offers received after 5:00pm Eastern on the required date of submission may not be considered unless determined to be in the best interest of the government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN-14-T-0026/listing.html)
 
Place of Performance
Address: USPFO for Florida 189 Marine Street, St. Augustine FL
Zip Code: 32085-1008
 
Record
SN03287055-W 20140214/140212234134-f2fda5153cf7e7420ac3e5500a8447bc (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.