Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2008 FBO #2425
SOLICITATION NOTICE

U -- Disaster Management Graduate Course Enhancement Services

Notice Date
7/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (9TH), 3375 Koapaka Street, Suite B225, Honolulu, Hawaii, 96819
 
ZIP Code
96819
 
Solicitation Number
9T8HPGPS019
 
Archive Date
8/9/2008
 
Point of Contact
Vanessa K. Pappalardo,, Phone: (808)541-2010
 
E-Mail Address
vanessa.pappalardo@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation No. 9T8HPGPS019 is issued as a Request for Quotation (RFQ) incorporating provisions and clauses in effect through Federal Acquisitions Circular 2005-26, DFARS Change Notice 20080513 and GSAM Change 20 effective 5-30-08. THIS PROCUREMENT IS UNRESTRICTED. The basis for this decision is that the government intends on negotiating a sole source purchase order with University of Hawaii Systems Research Services. Note 22 applies. The applicable NAICS Code is 611310, $6.5M. THE REQUIREMENT IS for the contractor to provide further enhancement of the existing Disaster Management Graduate Certificate Program in Disaster Management and Humanitarian Assistance in accordance with performance based statement of work (PBSOW). Requests for PBSOW can be made through contact listed below. Resulting award will be based on a firm fixed price for a period of performance of six months from date of award. Award will be conducted under the provisions of FAR Part 12 Commercial Item and FAR Part 13.5 Simplified Acquisition Procedures. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. The contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. Contractor must also register in the GSA Federal Acquisition Services website; IT-Solutions Shop (ITSS), an online, web-based purchase order system at: https://web1.itss.gsa.gov. Registration assistance us available by dialing (877) 243-2889 (option 2). Resulting award and payments from this solicitation will be made through the ITSS system. As such, it is imperative that registration is completed. Included with this request for quotation solicitation synopsis is the following commercial clauses, FAR 52.212-1, Instructions to Offerors - Commercial Items - Addendum to FAR 52.212-1, delete paragraph h, multiple awards and insert single awards. FAR 52.212-2, Evaluation Commercial Items – with the following fill in; Award will be based on Best Value Determination using a low price technically acceptable evaluation. To be technically acceptable the contractor must provide a proposal that meets all the requirements of the SOW. Price will be evaluated and analysis for price reasonableness. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. THE FOLLOWING CLAUSES UNDER FAR 52.212-5 APPLY TO THIS REQUIREMENT AND SHALL BE INCORPORATED BY REFERENCE IN THE ORDER: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); FAR 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332), and FAR 52.243-1 Alt 1 Changes Fixed-Price Services. Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7004 ALTERNATE I, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items that includes; FAR 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). GSAM 552.212-71 Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items, which includes the following: GSAM 552.229-70, Federal, State, and Local Taxes and GSAM 552.232-78, Payment Information. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.ods.mil/dp/dars/dfars.html or by request from this office. THE OFFEROR SHALL INCLUDE A COMPLETED COPY OF THE FOLLOWING PROVISIONS ALONG WITH THEIR OFFER: FAR 52.212-3 ALTERNATE I and Certifications Offeror Representations and Certifications – Commercial Items. Please complete your Representations and Certifications at the following website: http://orca.bpn.gov; Any questions regarding this requirement must be in writing and submitted no later than 4:00p.m. (Hawaii Standard Time) 21 July 2008. Quotes must be received no later than 3:00p.m. (Hawaii Standard Time) 25 July 2008. Quotes may be emailed to patrick.galamay@gsa.gov, phone 808-541-1164 or faxed to 808-541-3604.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=71832bac172df3fddc6c20b1ae20c98c&tab=core&_cview=1)
 
Place of Performance
Address: Center of Excellence in Disaster Management and Humanitarian Assistance, 1 Jarrett White Road MCPA-DM Tripler AMC Hawaii, Tripler AMC, Hawaii, 96859-5000, United States
Zip Code: 96859-5000
 
Record
SN01613810-W 20080717/080715221728-71832bac172df3fddc6c20b1ae20c98c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.