Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2017 FBO #5754
SOLICITATION NOTICE

B -- Historian Support Services - Attachment 3

Notice Date
8/23/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management 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
H92244-17-T-0149
 
Archive Date
9/27/2017
 
Point of Contact
Amy M. Bozzard,
 
E-Mail Address
amy.bozzard@vb.socom.mil
(amy.bozzard@vb.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 6 - Provisions & Clauses Attachment 5 - DD 254 CONTRACT SECURITY CLASSIFICATION SPECIFICATION Attachment 4 - Wage Determination No. 15-4341 Rev.-6 Attachment 3 - Corporate Experience & Past Performance Information Form This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation is being issued as a Request for Quote (RFQ) under number H92244-17-T-0149. The Government contemplates award of a Firm-Fixed Price (FFP) purchase order. This acquisition is being conducted in accordance with FAR Part 12, Acquisition of Commercial Items and in conjunction with FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items. Quotes shall be evaluated using the Lowest Price Technically Acceptable (LPTA) selection process. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-95, effective 19 January 2017. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and the associated North American Industry Classification System (NAICS) Code for requirement is 541611 - Administrative Management and General Management Consulting Services which has a size standard of $15.0 million dollars. Description of Requirement: In support of the Naval Special Warfare Command (NSWC), contractor services are required to maintain and preserve historical accounts of the command and ensure NSWC is able to systematically collect, organize, and share knowledge across the enterprise. See Attachment I, Performance Work Statement (PWS), for additional details and information. SCHEDULE OF SUPPLIES AND SERVICES CLIN 0001 COMMAND HISTORIAN SERVICES In accordance with the attached Performance Work Statement, the contractor shall provide support services during the period of performance of: 25 September 2017 - 24 September 2018 Quantity: 12 Unit: Months Unit Price: $______________ Total: $________________ CLIN 0002 TRAVEL The Contractor shall travel upon the request and approval by the Contracting Officer Representative in support of the contract and in accordance with Section 1.4. of the Performance Work Statement. Quantity: 1 Unit: Job Unit Price: $______________ Total: $______________(Not-to-Exceed) CLIN 1001 (OPTION) COMMAND HISTORIAN SERVICES Option Year 1: In accordance with the attached Performance Work Statement, the contractor shall provide support services during the period of performance of: 25 September 2018 - 24 September 2019 Quantity: 12 Unit: Months Unit Price: $______________ Total: $______________ CLIN 1002 (OPTION) TRAVEL Option Year 1: The Contractor shall travel upon the request and approval by the Contracting Officer Representative in support of the contract and in accordance with Section 1.4. of the Performance Work Statement. Quantity: 1 Unit: Job Unit Price: $______________ Total: $______________(Not-to-Exceed) CLIN 2001 (OPTION) COMMAND HISTORIAN SERVICES Option Year 2: In accordance with the attached Performance Work Statement, the contractor shall provide support services during the period of performance of: 25 September 2018 - 24 September 2019 Quantity: 12 Unit: Months Unit Price: $______________ Total: $_____________ CLIN 2002 (OPTION) TRAVEL Option Year 2: The Contractor shall travel upon the request and approval by the Contracting Officer Representative in support of the contract and in accordance with Section 1.4. of the Performance Work Statement. Quantity: 1 Unit: Job Unit Price: $______________ Total: $______________(Not-to-Exceed) CLIN 3001 (OPTION) COMMAND HISTORIAN SERVICES Option Year 3: In accordance with the attached Performance Work Statement, the contractor shall provide support services during the period of performance of: 25 September 2018 - 24 September 2019 Quantity: 12 Unit: Months Unit Price: $______________ Total: $______________ CLIN 3002 (OPTION) TRAVEL Option Year 3: The Contractor shall travel upon the request and approval by the Contracting Officer Representative in support of the contract and in accordance with Section 1.4. of the Performance Work Statement. Quantity: 1 Unit: Job Unit Price: $______________ Total: $______________(Not-to-Exceed) CLIN 4001 (OPTION) COMMAND HISTORIAN SERVICES Option Year 4: In accordance with the attached Performance Work Statement, the contractor shall provide support services during the period of performance of: 25 September 2018 - 24 September 2019 Quantity: 12 Unit: Months Unit Price: $______________ Total: $______________ CLIN 4002 (OPTION) TRAVEL Option Year 4: The Contractor shall travel upon the request and approval by the Contracting Officer Representative in support of the contract and in accordance with Section 1.4. of the Performance Work Statement. Quantity: 1 Unit: Job Unit Price: $______________ Total: $______________(Not-to-Exceed) CLIN 5001 OPTION TO EXTEND SERVICES In accordance with FAR 52.217-8 - Option to Extend Services, the Contractor shall provide continued services. Quantity: 6 Unit: Months Unit Price: $______________ Total: $______________ ATTACHMENTS This FedBizOpps (FBO) notice lists five RFQ attachments. To receive a copy of Attachment 1 and Attachment 2, a request must be submitted to the Contracting Officer, Amy Bozzard via email at amy.bozzard@vb.socom.mil. Email and/or phone call requests for Attachment copies will not be accepted. Before Attachments are provided to offerors, the Contracting Officer will verify registration in SAM and Secret Facility Clearance in accordance with Attachment 5 - DD 254 Contract Security Classification Specification. This verification process has been established to limit the dissemination of sensitive but unclassified information and proof of Secret Facility Clearance is required to quote on this effort as a prime offeror. Offerors must have obtained a Secret Facility Clearance prior to RFQ closing date. RFQ Attachments: Attachment 1 - Performance Work Statement - Command Historian Services (Email Request Required) Attachment 2 - FAR 52.212-1 ADDENDUM & FAR 52.212-2 Evaluation - Commercial Items (Email Request Required) Attachment 3 - Corporate Experience & Past Performance Information Form Attachment 4 - Wage Determination No. 2015-4341 (Rev.-4) Attachment 5 - DD 254 Contract Security Classification Specification (Tentatively Approved) Attachment 6 - Provisions & Clauses GENERAL INFORMATION Communications with anyone other than the Contracting Officer is prohibited. Oral requests (e.g. phone call) for information will be re-directed to provide email correspondence, for documentation purposes. Individual responses to inquiries will not be provided. All questions and answers will be posted to FBO. Offerors may submit written questions during the Request for Quote (RFQ) period ONLY. All questions must be received NLT 10:00 AM EST on 30 August 2017 to allow adequate time to prepare and issue responses. Only written questions will receive a response. The offeror shall refer to the document in question, and provide the specific page, paragraph, clause, or other definitive citation requiring clarification. All questions shall be directed to the Contracting Officer, citing at a minimum "H92244-17-T-0149, Offeror Submitted Questions" in the subject line at the following address: Contracting Officer: Amy Bozzard Email: amy.bozzard@vb.socom.mil Responses to this RFQ must be signed, dated, and received no later than 10:00 AM EST, 12 September 2017. Responses must be sent by email directly to the Contracting Officer listed above. Quotes shall be submitted in accordance with the instructions herein, and non-conformance with the specified required content may be cause for rejection of the quote. The quote shall be a complete response to all of the requirements of this RFQ, taking into consideration any and all required quantities and delivery schedules specified here-in. The successful offeror will be selected based on an evaluation of quotes as outlined in 52.212-2 Evaluation - Commercial Items.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92244-17-T-0149/listing.html)
 
Record
SN04642195-W 20170825/170823232528-4558e4f3d8867a0db8dd1f24f79acd9b (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.