MODIFICATION
R -- Answering Services for TRICARE Puget Sound Market (MAMC, NHB, NHOH, MAFB) and Caller Identification Lease Number for all MTFs. Base, plus 4 (four) one-year Option Periods.
- Notice Date
- 6/24/2004
- Notice Type
- Modification
- NAICS
- 561421
— Telephone Answering Services
- Contracting Office
- ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S8-04-T-0044
- Response Due
- 6/28/2004
- Archive Date
- 8/27/2004
- Point of Contact
- Barbara Kinnear, 253-966-3474
- E-Mail Address
-
ACA, Fort Lewis
(Barbara.Kinnear@lewis.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a modification to add the quantities to CLIN 0001 and CLIN 0002 and all corresponding Option Years. This is a combined synopsis/solicitation for a commercial service, prepared in accordance with the format in FAR Subpart 12.6, and supplement ed with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are requested; however, a written solicitation will not be issued. Solicitation number W911S8-04-T-0044 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03. The requirement is 100 percent set-aside for small business with a NAICS Code of 561421, and size standard of $6.0 million. This procurement will consist of a Base Period, 1 July 2004 through 30 June 2005, with four yearly option periods. The description of the service reads as follows: CLIN 0001: Quantity: 30,000 Calls per year. Answering Services for TRI CARE Puget Sound Market (MAMC, NHB, NHOH, MAFB). CLIN 0002: Quantity: 12 Months. Caller Identification Lease Number for all MTFs. The Quantities and CLINS are the same for the Base period and 4 (four) Option Years. Any award resulting from this reques t for quotations will be made to a responsive, responsible quoter using a SF1449 form. Quotes will be evaluated on a best value basis. Evaluation factors include technical, past performance and price, with technical being significantly more important tha n past performance and price. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which the term offeror, whenever it appears, shall be replaced with the term quoter. Quoters are required to submit completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acqui sition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.222-3, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41, 52.222-42, 52.222-43. FAR clause 52.217-8, Option to Extend Services; FAR clause 52.217-9, Option to Extend the Term of the Contract; FAR clause 52.219-6 , Notice of Total Small Business Set-Aside; FAR clause 52.232-18, Availability of Funds; FAR clause 52.232-19, Availability of Funds for the Next Fiscal Year, are applicable to this acquisition. Wage Determination 94-2567, Revision 24 for Pierce County, W A is applicable to this acquisition. The complete text of the Federal/Defense Acquisition Circulars are available at the following internet site: Defense Technical Information Center (DTIC), http://farsite.hill.af.mil. Quotes are due on June 28, 2004 at 04:00 PM Pacific Daylight Time. Telephonic inquiries will not be accepted; please e-mail or fax any inquiries. Quotes may be e-mailed to Barbara.Kinnear@lewis.army.mil or faxed to the Directorate of Contracting, Attn: Barbara.Kinnear at 253-967-3844, alo ng with the completed Representations and Certifications and three references with contact names, addresses and telephone numbers, indicating vendors most recent past performance performing the same type of service. Quoters must be registered in the Centr al Contractor Registration database at www.ccr.gov to be considered for contract award. A Performance Work Statement must be requested by fax or e-mail (See above for e-mail address & fax number) NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (24-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABJ/DABJ25/W911S8-04-T-0044/listing.html)
- Place of Performance
- Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
- Zip Code: 98433-9500
- Country: US
- Zip Code: 98433-9500
- Record
- SN00610028-F 20040626/040624215150 (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 |