SOLICITATION NOTICE
R -- IT RESEARCH - Attachment 1- SOW
- Notice Date
- 9/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
- ZIP Code
- 92155
- Solicitation Number
- H92240-12-Q-8028
- Archive Date
- 10/8/2012
- Point of Contact
- Natalie J. Rodriguez, , Madelynn Whittington,
- E-Mail Address
-
natalie.rodriguez@navsoc.socom.mil, madelynn.whittington@navsoc.socom.mil
(natalie.rodriguez@navsoc.socom.mil, madelynn.whittington@navsoc.socom.mil)
- Small Business Set-Aside
- N/A
- Description
- SOW 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; proposals are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) H92240-12-Q-8028 is issued as an unrestricted purchase. The applicable North American Industry Classification System (NAICS) code is 541690 Other Scientific and Technical Consulting Services. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61 (Effective on 13 SEP 2012). DESCRIPTION: The requirement is for a firm-fixed-price (FFP) type purchase order; Contract Line Item No. CLIN 0001 - Information Technology Research, QTY: 1 LOT, 12 months OPTION CLIN 0002 - Information Technology Research, QTY: 1 LOT, 12 months OPTION CLIN 0003 - Information Technology Research, QTY: 1 LOT, 12 months OPTION CLIN 0004 - Information Technology Research, QTY: 1 LOT, 12 months ACKAGING REQUIREMENTS: N/A DELIVERY INSTRUCTIONS: N/A 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible quoter ``whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: -Technical Capability (7 page maximum to include past performance) -Price This will be a lowest priced, technically acceptable procurement. (b) Options (not applicable). (c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) Quoters shall be determined responsible in accordance with FAR 9.104-1. The price proposal shall state the unit cost and total price of the item required, inclusive of shipping to the destination listed above. APPLICABLE PROVISIONS AND CLAUSES: Quotes received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the Central Contractor Registration (CCR) database will make a quoter ineligible for award. The FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process to satisfy FAR 52.212-3. More information on ORCA is found at https://orca.bpn.gov/login.aspx. Quoters who have completed ORCA should notify the contract specialist before solicitation's closing date and time so it can be downloaded by the procuring contracting office. The full text of FAR and DFAR provisions and clauses may be accessed at http://www.arnet.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfars/index.htm, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.212-1 Instructions to Offerors Commercial Items (Feb 2012) 52.212-3 Offeror Representations and Certifications Commercial Items Alt I (Apr 2012) 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2012). 52.247-34 F.O.B. Destination (Nov 1991) The following clauses incorporated in 52.212-5 are also applicable: 52.219-28 Post Award Small Business Program Representation (Apr 2012) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (Mar 2012) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) The following DFAR provisions and clauses apply to this acquisition and are incorporated by reference: 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (Jun 2012) 252.225-7000 Buy American Act Balance of Payments Program Certificate (Jun 2012) 252.225-7002 Qualifying Country Sources as Subcontractors (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) The following clauses incorporated in 252.212-7001 are also applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2012) 252.232-7003 Electronic Submission of Payment Requests (Jun 2012) 252.247-7023 Alternate III Transportation of Supplies by Sea (May 2002) The following SOFAR clause applies to this acquisition: 5352.204-9003 Disclosure of Unclassified Information (Nov 2007). DUE DATE AND TIME: Quoters shall ensure quotes, and signed amendment(s) reach their destination by 23 SEP 2012 at 1700 PST. No facsimile quotes will be accepted. All quotes must be clearly marked with RFQ No. H92240-12-Q-8028. Quotes shall ensure quotes include the total amount for the entire period of performance. No telephone calls of quotes will be accepted. Refer to Attachment (1) for a full statement of work. Potential quoters must monitor this website for changes to the combined synopsis/solicitation and the statement of work. Amendments to the combined synopsis/solicitation will be posted to this website. Quoters shall sign and submit amendment(s) with their quote before the closing date and time. NSWC POC: Natalie Rodriguez (primary), e-mailed to: natalie.rodriguez@navsoc.socom.mil and Madelynn Whittington: madelynn.whittington@navsoc.socom.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-12-Q-8028/listing.html)
- Place of Performance
- Address: 2000 TRIDENT WAY, SAN DIEGO, California, 92155, United States
- Zip Code: 92155
- Zip Code: 92155
- Record
- SN02887057-W 20120920/120919000406-6dbf5124fccfaf45984f942f2e62556a (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 |