Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2016 FBO #5178
MODIFICATION

U -- MARFORCOM Defensive/Evasive Driving Course - M20001-16-Q-0002 Revised PWS Defensive and Evasive Driving Course

Notice Date
1/25/2016
 
Notice Type
Modification/Amendment
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Navy, United States Marine Corps, MARFORCOM Norfolk, 1775 Forrestal Drive, Norfolk, Virginia, 23551-2596, United States
 
ZIP Code
23551-2596
 
Solicitation Number
M20001-16-Q-0002
 
Archive Date
2/13/2016
 
Point of Contact
GySgt Randall Chatfield, Phone: 757-445-4290
 
E-Mail Address
randall.chatfield@usmc.mil
(randall.chatfield@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
M20001-16-Q-0002 Revised PWS Defensive and Evasive Driving Course Amendment 1 is issued on 25 January 2016 to clarify/correct the number of students described at 4.1.1 of the PWS; the correct number of students should read 33, as is described within section 2 of the notice, as well as 10.1 of the PWS. A revised PWS is being attached to replace the original. No other changes are being made, and there will be no modification of the closing date/time of the solicitation. 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and 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 number M20001-16-Q-0002 is being issued as a Request For Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-81 and the Defense Federal Acquisition Supplement (DFARS). The North American Industry Classification System (NAICS) Code is 611699 and the small business size standard is 11.0 Mil. This acquisition is set-aside 100% for Small Businesses. Quotes received from concerns that are not a small business shall be considered nonresponsive and will be rejected. 2) General Requirement: This RFQ is being issued for one (1) Defensive/Evasive Driving Course, in accordance with the attached Performance Work Statement (PWS), to be conducted on 08-12 February 2016. This course shall accommodate 33 students. All training shall be conducted at the contractor's facility, which must be located no more than 50 miles from Fort Story. Please see attached PWS for any other special requirements/instructions. 3) Clauses and Provisions: (see http://farsite.hill.af.mil/) 52.203-3 Gratuities 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.209-7 Information Regarding Responsibility Matters 52.212-1 Instructions to Offerors--Commercial Items 52.212-3 Offeror Representations 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 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-99 (Dev) Establishing a Minimum Wage for Contractors 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. 52.228-5 Insurance - Work On A Government Installation 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-4 Applicable Law for Breach of Contract Claim 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7004-Alt A System for Award Management Alternate A 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.205-7000 Provision Of Information To Cooperative Agreement Holders 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country 252.225-7012 Preference For Certain Domestic Commodities 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide-Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea NMCARS 5237.102-90 4) Contractors responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote. The contractor should also provide its Commercial And Government Entity (CAGE) Code, Contractor Establishment Code (DUNS number) and Tax Identification Number (TIN). Contractors must be registered in the System for Award Management (SAM) to be eligible for any resulting awards (NO EXCEPTIONS). For information on registering with SAM, visit www.sam.gov. Contractors are also required to be registered in Wide-Area Work Flow (WAWF); contractors can self-register for WAWF at https://wawf.eb.mil. 5) Quotations for this request may be submitted electronically to GySgt Randall Chatfield at randall.chatfield@usmc.mil; or faxed to (757) 444-9779. Written, facsimile, or emailed quotes and required information must be received at this office on or before 5:00 p.m. Eastern Standard Time on Friday, 29 January 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67355/M20001-16-Q-0002/listing.html)
 
Place of Performance
Address: Contractor's facility, within 50 miles of Fort Story, Virginia Beach, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN04000454-W 20160127/160125234354-0f920bc862738806457b618429ddcb3b (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.