Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOLICITATION NOTICE

U -- Coordinator of Religious Education Catholic for Kinser

Notice Date
8/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
M67400 MARINE CORPS REGIONAL CONTRACTING OFFICE FAR EAST FPO,
 
ZIP Code
00000
 
Solicitation Number
M6740016T0116
 
Response Due
8/26/2016
 
Archive Date
9/10/2016
 
Point of Contact
Minako Kinjo 0118117454487
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: Coordinator of Religious Education Catholic for Kinser FEDERAL SUPPLY CODE: U009- Education Services SOLICITATION NUMBER: M67004-16-T-0116 SOLICITATION CLOSES: 26Aug2016 @ 18:00 Japan Time QUESTION CLOSES : 23Aug2016 @ 18:00 Japan Time Point of Contact: Minako Kinjo PSC 557 Box 2000 FPO AP 96379-2000 Telephone: 011-81-98-970-4487 Fax: 011-81-98-970-0959 Email responses preferred: minako.kinjo.ja@usmc.mil This requirement is Local Area Set Aside. LOCAL BUSINESS ONLY This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included with or attached to this notice. The Regional Contracting Office-MCIPAC intends to solicit and award a Firm Fixed Price contract for this requirement. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20160802. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. The North American Industry Classification System (NAICS)813110- Religious Organizations. The government reserves the right to make one, multiple or no award resulting from this solicitation. The Government intends to issue a single award to the responsible quoter whose quote is the most advantageous to the Government considering Technical Capability, Price. It is the quoters responsibility to furnish sufficient information to the Government in order to determine acceptability of the offered services. Therefore, the quoter shall submit all technical information pertaining to their quoted services in order for the Government to determine technical acceptability. ****************************************************************************** CLIN 0001: Coordinator of Religious Education Catholic (Base Year) Qty: 12months The contractor shall perform 12 months as the Roman Catholic Cordinator of religious education for Camp Kinser, in accordance with the Performance Work Statement. 01Sep2016~31Aug2017 CLIN 1001: Coordinator of Religious Education Catholic (Option Year 1) Qty: 12months The contractor shall perform 12 months as the Roman Catholic Cordinator of religious education for Camp Kinser, in accordance with the Performance Work Statement. 01Sep2017~31Aug2018 CLIN 2001: Coordinator of Religious Education Catholic (Option Year 2) Qty: 12months The contractor shall perform 12 months as the Roman Catholic Cordinator of religious education for Camp Kinser, in accordance with the Performance Work Statement. 01Sep2018~31Aug2019 ****************************************************************************** SUBMISSION OF OFFERS The Offeror is required to submit as its offer the following: (X) Quote - Base year, Option Year 1 and Option Year 2 - Include DUNS, CAGE, Tax ID if you already have (X) Copies of necessary licenses, certifications, permits, resumes, for the performance of Coordinator of Protestant Religious Education (CRE). - Pastoral Letter of Reference(s) or equivalent. (X) Past Performance References Attachment 1: Past Performance List, to include relevant and recent contracts and subcontracts over the past three (3) years but limited to the most recent five (5) contracts, for the same or similar services. Offers will be evaluated in accordance with FAR 13.106-2 considering the lowest-priced, technically acceptable offer. The following clauses apply to this acquisition: FAR 52.204-2 Security Requirements (Aug 1996) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Sep 2013), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2015) FAR 52.223-5 Pollution Prevention and Right-to-Know Information (May 2011) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), FAR 52.225-14 Inconsistency Between English Version and Translation of Contract (Feb 2000) FAR 52.232-1 Payments (Apr 1984), FAR 52.232-8 Discounts for Prompt Payment (Feb 2002), FAR 52.232-23 Assignment of Claims (Jan 1986) FAR 52.232-33 Payment by Electronic Funds Transfer “System for Award Management (Jul 2013), FAR 52.233-1 Disputes (Jul 2002), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7005 Oral Attestation of Security Responsibilities (Nov 2001) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) DFARS 252.225-7041 Correspondence in English (Jun 1997) DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties (Jun 1997) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.233-7001 Choice of Law (Overseas) (Jun 1997) DFARS 252.243-7001 Pricing of Contract Modifications (Dec 2012). Responsible quoters must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (Feb 2014), and DFARS 252.232-7006 (JUN 2012) Wide Area Work Flow Payment Instructions The following Provisions apply to this RFQ: FAR 52.204-7 System Award for Management FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2013), FAR 52.233-3 Protest After Award (Aug 1996). DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System ”Statistical Reporting in Past Performance Evaluations. (Jun 2015) DFARS 252.209-7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW ”FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that ” (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that ” (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Note: Full text of each FAR and DFARS clause and provision may be accessed electronically at http://farsite.hill.af.mil/ System Award for Management (SAM) and Wide Area Workflow (WAWF) to be considered for award. The United States Marine Corps utilizes (WAWF) as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. Email (preferred) or faxed quotes with all of the above required. All quotes must be received by the above listed Point of Contact (P.O.C), no later than the Solicitation Closing Date indicated above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M6740016T0116/listing.html)
 
Record
SN04222750-W 20160814/160812235612-6927938802aa1d3abec48bee7c3f9c51 (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.