Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
MODIFICATION

R -- FTaB Publication Clerk

Notice Date
9/5/2018
 
Notice Type
Modification/Amendment
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-18-R-0052
 
Archive Date
10/26/2018
 
Point of Contact
Ariel J. Martin,
 
E-Mail Address
ariel.j.martin2.civ@mail.mil
(ariel.j.martin2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION W91ZLK-18-R-0052 Publication Clerk This 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99-1 (16 July 2018). The solicitation number for this Request for Quote (RFQ) is W91ZLK-18-R-0052. This requirement is under the associated North American Industry Classification System (NAICS) Code 561110, Office Administrative Services and the Small Business Size Standard is $7,500,000.00. The Government contemplates award of a Firm-Fixed Price in accordance with FAR 13.500. This procurement will be evaluated as lowest price technically acceptable for the procurement of the following services/materials. This is a 100% Small Business Set-Aside. 1. _001: (FFP) FTab Publication Clerk Including: 1. ORDER FULFILLMENT (section 5.2 PWS) 2. INVENTORY MANAGEMENT (section 5.3 PWS) 3. ARCHIVING (section 5.4 PWS) 4. REPORTING (section 5.5 PWS) 1.3 Basic Scope: Reference the Attached PWS 1.3.1 BASIC SERVICES: The Contractor shall provide the following services: 1.3.1.1 Under the guidance of the Publications Officer, their back-up, or division management execute work to ensure inventory is adequate to fill orders and to fill orders to meet division deadlines. 1.3.1.2 Perform archiving activities as assigned. 1.3.1.3 Employ standard checks and balances to procedures including visual checks and arithmetic (subtract, multiply, divide, etc.). 1.3.1.4 Prioritize inventory, fulfillment and archiving work based on pre-established criteria. 1.3.1.6 Work with the Publications Officer and/or FTaB government personnel to troubleshoot difficult problems. 1.3.1.7 Prepare reports as assigned. 1.3.1.8 Complete appropriate required training by scheduled due dates, including initial training at start of contract. 2. _002: Contractor Manpower Reporting The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter 'No Cost'. Instructions, including the Contractor and Subcontractor User Guide, are available at CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil Instructions to Offerors: ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-18-R-0052 PROPOSAL FROM (INSERT COMPANY NAME) Proposal Format: Volume I: Detailed Price Proposal which address all task listed in the PWS (maximum 15 pages) 1. Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension. 2. INCLUDE ALL Information Below: Item 0001: FTaB Pubs Clerk QTY: 1 Unit: JOB Unit Cost: ________ Total Cost: ________ **Note** Firm Fixed Priced cost for all labor and travel. Volume II: Detail Technical Proposal to include the following elements: 1. Capability to perform the required services as indicated in the PWS 2. QAP 3. Proposed format and schedule for deliverables 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. Proposals will be evaluated by adding all Firm-Fixed Price costs for Items 1 and 2. 52.212-3 Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. 52.212-4 Contract Terms and Conditions Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. This clause applies, and the following clauses are incorporated by reference. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). Additional Clauses 52.212-1 Definitions 52.204-7, System for Award Management 52.217-8, Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the contract expires. 52.217-9, Option to Extend the Term of the Contract 52.233-3, Protest After Award 52.249-4, Termination for Convenience of the Government (Services) (Short Form). 52.249-8, Default (Fixed-Price Supply and Services) 52.252-2, Clauses Incorporated by Reference (FEB 1998) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013) 252.243-7001, Pricing of Contract Modifications (DEC 1991) The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. ALL QUOTES SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-18-R-0052 QUOTE FROM (INSERT COMPANY NAME) Please submit questions to Ariel Martin, via email at ariel.j.martin2.civ@mail.mil. The Q&A period will end on 06 September 2018 at 12:00 p.m. EST. All Firm Fixed Price (FFP) quotes must be signed, dated, and received by 12:00 p.m. EST, 13 September 2018. All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e1c2a7e482f7f20e08c8a9d7ad34a958)
 
Record
SN05074582-W 20180907/180905231917-e1c2a7e482f7f20e08c8a9d7ad34a958 (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.