Geese Maintenance
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159870527533976 |
Posted Date: | Jan 10, 2024 |
Due Date: | Jan 22, 2024 |
Source: | https://sam.gov/opp/9ec686ed4b... |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Jan 10, 2024 01:31 pm EST
- Original Date Offers Due: Jan 22, 2024 12:00 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Feb 06, 2024
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES
-
NAICS Code:
- 813312 - Environment, Conservation and Wildlife Organizations
-
Place of Performance:
Washington , DC 20395USA
Title: Geese Management Services
Description: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement and attachments constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation number N0001524PR11406 is issued as a Request for Quotation (RFQ) using simplified acquisition procedures in accordance with FAR 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (effective 19 Jan 2017) and Defense Federal Acquisition Regulation Supplement 20161222 (effective 22 Dec 2016). It is the contractor’s responsibility to be familiar with applicable clauses and provisions. The Office of Naval Intelligence intends to purchase on a Firm-Fixed-Price basis, Geese Management Services at the National Maritime Intelligence Center (NMIC). See attached Statement of Work (SOW). The period of performance shall be begin at contract award and end one year after, with two, one year options. The North American Industry Classification (NAICS) Code is 813312. The requirement is 100% set-aside for small business.
The contractor shall provide Geese Management Services in accordance with the attached SOW. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: Item No., Service/Supply Description, Quantity, Unit, Unit Price, and Amount. To include the same for each additional option year.
QUOTATION PREPARATION INSTRUCTIONS: A purchase order will be awarded to the responsible offeror whose quotation conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing Far Part 15, Lowest Price Technically Acceptable (LPTA) evaluation/award process. To ensure timely and equitable evaluation quotes, offers must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate quotations: (1) Technical Acceptability, (2) Past Performance, and (3) Price. Technical Acceptability and Past Performance shall be evaluated as acceptable or not acceptable. To be technically acceptable the offeror must include documentation in their quotation demonstrating that services offered meet the requirements of the statement of work. Failure to provide this information will render the offer technically unacceptable and un-awardable. Past performance information should include information that is not more than three years old and include examples or work that is of same nature and magnitude as the current requirement. Price evaluation shall be based on the lowest reasonable evaluated price to include option prices, if applicable.
QUOTES DUE DATE: Submission shall be received no later than 22 January 2024, 12:00pm EST. Submissions and questions can be sent to Crystalyn Gale, Contract Specialist via email: Crystalyn.r.gale.civ@us.navy.mil.
PROVISIONS AND CLAUSES: The following contract clauses apply to this acquisition. Clauses and provisions incorporated by reference bay be accessed via the internet at https://www.acquisition.gov.
52.204-7 System of Award Management
52.204-13 System of Award Management Maintenance
52.204-14 Service Contract Reporting Requirements
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporated by Reference of Representations and Certifications
52.204-20 Predecessor of Offeror
52.204-22 Alternate Line Item Proposal
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.213-4 Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items).
52.217-9 Option to Extend the Term of the Contract
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.225.25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran – Representations and Certifications
52.232-33 Payment by Electronic Funds Transfer – System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.237-2 Protection of Government Buildings, Equipment, and Vegetation
52.252-1 Solicitations Provision Incorporated by Reference https://www.acquisition.gov .
52.252-2 Clauses Incorporated by Reference https://www.acquisition.gov .
252.203-7000 Requirements Relating to Compensation of Former DOD Officials
252.203-7002 Requirements to Inform Employees of Whistleblower Rights
252-203-7005 Representation Relating to Compensation of Former DOD Officials
252-204-7000 Disclosure of Information
252-204-7003 Control of Government Personnel Work Product
252.204-7004 Alternate A, System for Award Management
252-204-7012 Safeguarding Covered Defense Information and Cyber Incidents Reporting
252-204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252-211-7003 Item Unique Identification and Valuation
252-225-7048 Export –Controlled Items
252-232-7003 Electronic Submission of Payment Requests and Receiving Reports
252-232-7006 Wide Area Workflow Payment Instructions
252-232-7010 Levies on Contract Payments
252-239-7010 Cloud Computing Services
252-239-7018 Supply Chain Risks
252-244-7000 Subcontracts for Commercial Items
252.246-7008 Sources of Electronic Parts
252.247-7023 Transportation of Supplies by Seas
52.215-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items
The following subparagraphs of FAR 52.215-5 are applicable:
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor – Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
ADDITIONAL INFORMATION: To be considered for this award, offerors must be registered in the System for Award Management (SAM) and Wide Are Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government’s ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Only Firm-Fixed-Price offers will be evaluated. Award will be made (all or none) to one vendor.
Primary Point of Contact: Contracting Office Address:
Crystalyn Gale 4251 Suitland Rd
Crystalyn.r.gale.civ@us.navy.mil Suitland, MD 20746
Phone: 301-669-1638 United States
Place of Performance:
4251 Suitland Rd
Suitland, MD 20746
United States
- 4251 SUITLAND RD
- WASHINGTON , DC 20395-5720
- USA
- Crystalyn Gale
- crystalyn.r.gale.civ@us.navy.mil
- Phone Number 3016691638
- Jan 10, 2024 01:31 pm ESTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.