Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2004 FBO #1061
MODIFICATION

R -- Combined Synopsis/Solicitation

Notice Date
10/20/2004
 
Notice Type
Modification
 
Contracting Office
Environmental Protection Agency, Administrative Contract Service Center, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
RFQ-DC-05-00010
 
Response Due
11/2/2004
 
Archive Date
12/2/2004
 
Description
NAICS Code: 541990 EVALUATION FACTORS. The Government intends to award a Purchase Order resulting from this solicitation to the responsible small business whose offer, conforming to the solicitation provisions, will be the most advantageous to the Government, cost and other factors considered. For this RFQ, all evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The following factors shall be used to evaluate offers and are weighted 25 points each: I. Technical Experience/Expertise/Approach: Offerors shall demonstrate ability to manage a publication inventory and clearinghouse of 200-plus documents. The Ag Center's inventory is maintained on-site, demonstrated ability to develop, maintain, and implement effective communication strategies, demonstrate ability to manage databases and produce measurement and tracking reports, demonstrated experience with agricultural issues, demonstrate experience in developing and/or editing outreach, communication and training materials for the agricultural community, and demonstrate experience with development and continued use of measurement tools for outreach and communication activities. II. Past Performance: Offerors shall submit a list of all relevant contracts and subcontracts completed in the last 3 years, and all contracts and subcontracts currently in process, which are similar in nature to this requirement. (1) The contracts and subcontracts listed may include those entered into with Federal, State and local governments, and commercial businesses, which are of similar scope, magnitude, relevance, and complexity to the requirement which is described in the RFP. Include the following information for each contract and subcontract listed: (a) Name of contracting activity (b) Contract number (c) Contract title (d) Contract type (e) Brief description of contract or subcontract and relevance to this requirement (f) Total contract value (g) Period of performance (h) Contracting officer, telephone number, and E-mail address (if available) (i) Program manager/project officer, telephone number, and E-mail address (if available) (j) Administrative Contracting officer, if different from (h)above, telephone number, and E-mail address (if available) (k) List of subcontractors (if applicable) (l) Compliance with subcontracting plan goals for small disadvantaged business concerns, monetary targets for small disadvantaged business participation, and the notifications submitted under FAR 19.1202-4 (b), if applicable. Offerors should not provide general information on their performance on the identified contracts and subcontracts. General performance information will be obtained from the references. Offerors may provide information on problems encountered and corrective actions taken on the identified contracts and subcontracts. References that may be contacted by the Government include the contracting officer, program manager/project officer, or the administrative contracting officer identified above. Each Offeror may describe any quality awards or certifications that indicate the offeror possesses a high-quality process for developing and producing the product or service required. Such awards or certifications include, for example, the Malcolm Baldrige Quality Award, other Government quality awards, and private sector awards or certifications. Any information collected concerning an offeror's past performance will be maintained in the official contract file. In accordance with FAR 15.305 (a) (2) (iv), offerors with no relevant past performance history, or for whom information on past performance is not available, will be evaluated neither favorably nor unfavorably on past performance. III. Personnel Qualifications: Offerors shall submit resumes for each proposed participant that includes previous relevant experience and overall qualifications for effectively meeting the requirements of the SOW. IV. Cost/Price. The Government's estimated level of effort for this requirement is 1,528 hours per year. QUOTE SUBMISSION INSTRUCTIONS. The Offeror shall prepare a succinct project plan which demonstrates an understanding of the Statement of Work (no more than 15 pages, not including resumes) electronically to Contract Specialist Isabelle Nguyen at nguyen.isabelle@epa.gov. Offers that do not include required items, information, or reject the terms and conditions of the solicitation may be excluded from consideration. Quotes must be received by 4:00 PM on Tuesday, November 2, 2004.
 
Record
SN00696914-W 20041022/041020212209 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.