Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 28, 2002 FBO #0361
SOURCES SOUGHT

S -- SCHOOL CROSSING GUARDS (CROSSWALK ATTENDANTS) , FORT CAMPBELL, KENTUCKY

Notice Date
11/26/2002
 
Notice Type
Sources Sought
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
DABK09-03-R-0003
 
Archive Date
2/14/2003
 
Point of Contact
Lywana Dollar, 270-798-7200
 
E-Mail Address
Email your questions to ACA, Fort Campbell
(dollarl@emh2.campbell.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes t he only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Proposals DABK09-03-R-0003. The solicitation document and incorporated provisions and clauses are those in effe ct through Federal Acquisition Circular 01-10. The NAICS code is 561990 and the small business size standard is $6 million. Solicitation is set aside for small business concerns. The Government anticipates award of a contract for a twelve month base per iod and four- (4) twelve-month option periods. Anticipated base period of performance is 1 Feb 2003 ? 31 Jan 2004. The following will be available on the Internet at Fort Campbell Directorate of Contract (DOC) Home Page: www.campbell-doc.army.mil under ? Contracting Opportunities?: Schedule, Statement of Work, Applicable Wage Determination, and Instructions for Preparation/Submission of Offers, including past performance survey. Information from the DOC?s homepage will be in Adobe Portable Document Format (PDF). Free copies of the Adobe Acrobat Reader to view and print may be obtained at www.adobe.com/prodindex/acrobat/readstep.html or from DOC?s Home Page. The following FAR clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions ? Com mercial Items; Addendum to 52.212-4: 52.203-3 Gratuities; 52.217-8, Option to Extend Services (fill-in information ?6 months?); FAR 52.217-9, Option to Extend the Term of the Contract (fill-in information: Paragraph (a) ?thirty calendar days?, Paragraph (c ) ?five years?); FAR 52.219-6 Notice of Total Small Business Set-Aside; 52.228-5 Insurance Work on a Government Installation; 52.232-17 Interest; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; 252.201-7000 Contracting Officer?s Repr esentative; 252-204-7003 Control of Government Personnel Work Product; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252-242-7000 Postaward Conference; 252-243-7001 Pricing of Contract Modifications; 252.212-7001 Contra ct Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items with the following clauses within 252.212-7001 applying : 252.243-7002 Certification of Requests for Equitable Adjustment; 25 2.247-7024 Notification of Transportation of Supplies by Sea. Also applicable is 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies to this acquisition with the clauses at the following pa ragraphs within 52.212-5 applying: Paragraphs (b)(a0, (b)(5), (b)(7), (b)(11), (b)(12), (b)(13), (b)(14), (b)(15), (b)(22), (c)(1), (c)(2) (fill-in information for 52.222-42 Statement of Equivalent Rates for Federal Hires: Employee Class - School Crossing Guard (Crosswalk Attendant) #99620, Hourly Rate - $10.42, Fringe Benefits - $1.40), and (c)(3). The following provisions also apply. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items tailored by deleting paragraphs (a), (b)(5), (d), (e), (h), and (i); Addendum to 52.212-1: 52.216-1, Type of Contract (fill-in information ?firm fixed-price?); 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting; and 252.209-7001 Disclosure of Ownership or Control by the Government of a T errorist Country. The provision at FAR 52.212-2, Evaluation - Commercial Items, applies to this solicitation. Evaluation factors are past performance and price. Past performance is approximately equal to price. Past performance will be evaluated based on information provided by the offerors? customer/client references. Offerors shall include a listing of relevant contracts the offeror has performed during th e past three years. Listing shall include contract number, type of contract, and dollar value, place of performance, date of award, and whether performance is on going or complete. Offerors shall also include the names, phone numbers, addresses and e-mai l address of at least two points of contact. Past performance information obtained from any other sources will also be considered. Offerors lacking relevant past performance history will be evaluated on past performance information relating to a predeces sor company, or key personnel who have relevant experience. Offerors without a record of relevant past performance information or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance. Award will be made to the responsible offeror whose offer represents the best value after evaluation in accordance with the stated evaluation factors. The provision at 52.212-3 Offeror Representations and Certifications ? Commercial Items (ALT I) and (A LT III), applies to this solicitation. Offerors must submit completed copies of FAR 52.212-3, Offeror Representation and Certification ? Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items with proposals. P roposals are due 16 Dec 02, 3:00 P.M. CT at Directorate of Contracting, Bldg. 2172, ATTN: Kevin Day, 13 ? St., Ft. Campbell, KY 42223-5358. Successful offeror must be registered in the Central Contractor Registration Database (see DFARS 252.204-7004) prio r to award of contract. See Numbered Note 1.*****
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13 ? & Indiana Streets Fort Campbell KY
Zip Code: 42223-1100
Country: US
 
Record
SN00211601-W 20021128/021126213413 (fbodaily.com)
 
Source
FedBizOpps.gov 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.