Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2012 FBO #3872
SOLICITATION NOTICE

U -- LOCKSMITH TRAINING - STATEMENT OF OBJECTIVES

Notice Date
6/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92243-12-T-TC15
 
Archive Date
7/14/2012
 
Point of Contact
Patricia Cresswell, Phone: 757-763-2440
 
E-Mail Address
cresswell@nsweast.socom.mil
(cresswell@nsweast.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DFAR Clause 252.209-7999 (DEV) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. DFAR CLAUSE 252.209-7998 (DEV) Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. STATEMENT OF OBJECTIVES FOR LOCKSMITH COURSES. This is a combined synopsis solicitation for commercial items prepared in accordance with the format in subpart 12.6, 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 H92243-12-T-TC15 is issued as a request for quotation (RFQ). This is notice that NSWG2 Logistics Support Contracting Office, JEB Little Creek, Virginia Beach, VA 23459 intends to award a firm fixed price contract. Quote price FOB destination to Virginia Beach, VA 23459. The associated NAICS code is 611519 and the Small Business Size Standard is $7.0M. This requirement is 100% set aside for small business. CLIN 0001: One week Professional Locksmithing, as per the attached Statement of Objectives (SOO). CLIN 0002: One week Modified GSA Lock Training, as per the attached SOO. Tentative Training dates: 10-21 September 2012 Training Location: CSSD Warehouse, JEB Little Creek, Virginia Beach, VA Number of Government personnel: Up to twelve (12) students. Contractor/Instructor shall provide all training aids and materials needed to achieve the attached objectives to include: student guides, training aids, tools and lock systems required to perform hands on training. Course must provide real world troubleshooting, repair and bypass scenarios. The instructor shall provide training aids to achieve these goals. Students shall receive certifications as outlined in the attached SOO. NOTE: All questions must be provided in writing and submitted no later than July 06, 2012. NOTE: The following clauses shall be filled out and submitted with proposal - (See attached PDF file). DFAR Clause 252.209-7999 (DEV); Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law (JAN 2012) DFAR Clause 252.209-7998 (DEV); Representations Regarding Convection of a Felony Criminal Violation Under Any Federal or State Law (MAR 2012) Note that you must be registered in the Central Contractor Registration system to be considered for the award. Registration is free and can be completed online at http://www.ccr.gov Offerors shall complete the provision at 52.212-3, Offer Representation and Certification-Commercial Items which can be found completed via the ORCA website https://orca.bpn.gov The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, effective 18 May 2012. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: Technical capability, past performance and price. Price quotes should detail contractor's ability to meet the required training specifications as detailed in SOO. Award will be based on lowest price technically acceptable. Provide two (2) examples of orders where same/similar work has been performed or being performed by your company within the past three (3) years. The following provisions and clauses apply to this acquisition: It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.204-7 - Central Contractor Registration FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items applies to this acquisition FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation), FAR 52.219-6 - Small Business Set-asides FAR 52.222-3 - Convict Labor, FAR 52.222-19 -- Child Labor, Cooperation with Authorities and Remedies FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Msg FAR 52.225-13 -- Restrictions on Certain Foreign Purchases FAR 52.233-3 -- Protest After Award, FAR 52.233-4 -- Applicable Law for Breach of Contract Claim FAR 52.243-1 -- Changes -- Fixed-Price FAR 52.247-34 -- F.o.b. Destination, FAR 52.252-2 - Clauses Incorporated By Reference FAR 52.252-6 -- Authorized Deviations in Clauses DFARS 252.203-7000 - Requirements Relating to Compensation DFARS 252.203-7002 - Requirements to Inform Employees DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Al t A - Central Contractor Registration DFARS 252.204-7008 - Export-Controlled Items DFAR 252.209-7998 (DEV) Representations Regarding Convection of a Felony Criminal Violation Under Any Federal or State Law (MAR 2012) DFARS 252.209-7999 (DEV) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law (JAN 2012) DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7001-Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 -- Levies on Contract Payments and DFARS 252.243-7001-- Pricing of Contract Modifications SOFARS 5652-204-9003 Disclosure of Unclassified Information (2007) SOFARS 5652.233-9000 Independent Review of Agency Protests SOFARS 5652.237-9000 Contractor Personnel Changes Quotations are due no later than June13, 2012 at 12:00pm Eastern time. Email: trisha.cresswell@nsweast.socom.mil; or fax 757-462-2434.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92243-12-T-TC15/listing.html)
 
Place of Performance
Address: Joint Expeditionary Base, Little Creek, Virginia Beach, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN02790720-W 20120701/120629235115-679c3941fab6ba7fe86debb83f86fcb9 (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.