Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2012 FBO #3984
SOLICITATION NOTICE

W -- Interpretation Equipment - PWS

Notice Date
10/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
 
ZIP Code
22202-5408
 
Solicitation Number
HQ0013-13-ACSS-0002
 
Archive Date
11/8/2012
 
Point of Contact
Woodrow W. Bell, Phone: 7036021464
 
E-Mail Address
woodrow.bell@dsca.mil
(woodrow.bell@dsca.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR 52.212-5 PWS Solicitation Number: HQ0013-13-ACSS-0002 Notice Type: Combined Synopsis/Solicitation (i) 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. (ii)This solicitation document, HQ0013-13-ACSS-0002, is issued as a Request for Quote (RFQ). (iii)This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-50, Effective 6 March 2011. (iv)This action is a small business set aside. (v) The Contract Line Items (CLNs) will be structured as follows or similar depending on detail provided in necessary to capture in resulting contract: CLIN Service Quantity Unit 0001 Interpretation Booths X Each 0002 Other Equipment (Microphones, other ) Each 0003 Labor LH (vi) Description of requirements: Reference the attached Statement of Work. (vii) Period of performance and delivery: Reference the attached Statement of Work. (viii) Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Reference the attached Performance Work Statement for submission instructions. (ix) Provisions at FAR 52.212-2, Evaluation of Offerors - Commercial Items are applicable. The evaluation criteria are Capability, Past Performance, and Price. Capability is slightly more important than price which is slightly more important than Past performance. When combined the non-price criteria are more important than price. a) Capability: Offeror's Technicl Approach shall be evaluated to assess the offeror's understanding of the statement of work and ability to meet the requirment. b) Past Performance: Past performance shall be evaluated in accordance with FAR 15.305(a)(2). c) Price: The total proposed price will be evaluated. (x) Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xi) Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) Clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders- Commercial Items, applies to this acquisition. Reference the FAR 52.212-5 attachment to view the Clause in full text. (xiii) Additional contract requirement(s) and terms and conditions a) WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line times (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions an interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. b) 52.203-3 Gratuities c) 252.243-7001 Pricing Of Contract Modifications d) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (xiv) Offeror Submission information: a) Submission of Offerors 1. Date: 24 October 2012 2. Time: 2:00 pm EST 3. Offerors shall submit offerors via email to woodrow.bell@dsca.mil b) Submission of Past Performance information 1. Date: 23 October 2012 2. Time: 2:00 pm EST 3. Offerors shall submit offerors via email to woodrow.bell@dsca.mil (xv) Point of Contact: The point of contact for this action is Woodrow Bell. Email: woodrow.bell@dsca.mil Phone: 703-602-1464
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-13-ACSS-0002/listing.html)
 
Place of Performance
Address: Lincoln Hall Fort McNair, 300 5th Avenue SW, Arlington, Virginia, 20319, United States
Zip Code: 20319
 
Record
SN02916488-W 20121021/121019233904-935dfb2759c931fb82764738dad301d5 (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.