Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2005 FBO #1255
SOLICITATION NOTICE

R -- CONSULTING SERVICES

Notice Date
3/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-05-T-0090
 
Response Due
3/30/2005
 
Point of Contact
Belinda Trout, Contract Specialist, Phone (904) 542-1166, Fax (904) 542-1095, - Bethany Germann, Contract Specialist, Phone (904) 542-1000 x175, Fax (904) 542-1095,
 
E-Mail Address
belinda.trout@navy.mil, bethany.germann@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 FAR Part 13.5 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is hereby issued and a written solicitation will not be issued. The Solicitation/RFQ Number is N68836-05-T-0090 and closes on 30 March 2005. This procurement is Set-Aside for Small Business. The RFQ and incorporated provisions and clauses are those in effect through FAC 2001-20 and class deviation DFARS Change Notice 2004-0113. The North American Industry Classification System (NAICS) Code 541611 and business size standard of $6 million dollars are applicable. The Fleet and Industrial Supply Center-Jacksonville, FL is announcing a requirement for the following: Line Item 0001: Consulting Services. Line Item 0001-01: Consulting Support Services – 1043 hours, Line Item 0001-02: Travel – 5 trips, total $3000. Services are to be provided for the Fleet Industrial Supply Center at the Naval Air Station Jacksonville, FL 32212-0016 and remote sites located in Charleston, SC., Mayport, FL., Key West, FL., Corpus Christi, Ingleside and Kingsville, TX. The primary place of performance will be on-site Jacksonville, FL. All services will be inspected and accepted at Destination (Government location). Performance Work Statement: 1.0 Scope The Fleet & Industrial Supply Center, Jacksonville, Florida requires assistance to map the business processes that make up its products and services, and to analyze budget expenditures and requirements throughout the command. The professional services support services required include: · Assist with collecting results of departmental process mapping efforts. · Place mapped processes in a consistent format. · Assist managers with analyzing processes and identifying areas for improvement. · Assist P&S key personnel in building an archive of mapped processes, and a reporting system for changing processes. · Assist with the development of performance metrics · Assist with budget analysis and recommendations · Assist in the maintenance and updating of the P&S database · Assist with implementation of TRIM system 2.0 Place of Performance: The contractor will provide support services for FISC Jacksonville and remote sites located in Charleston, SC., Mayport, FL., Key West, FL., Corpus Christi, Ingleside and Kingsville, TX, and CNI Sites. The primary place will be on-site Jacksonville, FL. 2.1 Travel: The contractor may need to periodically travel to Florida, Georgia, and Texas. 3.0 Period of Performance: 01 April 2005 through 30 September 2005 4.0 Tasks and Deliverables The contractor shall provide experienced personnel who are familiar with the Products & Services implementation process, and knowledgeable of the progress made to date with Value Stream Mapping of FISC processes, as well as providing professional managed support services identified herein. A kickoff meeting will be conducted within 10 working days after award of this order. The purpose of the meeting is to discuss process-mapping strategy, and methods for managers to involve all employees in the process, and expedite initial mapping efforts. The contractor will assist the P&S Program Manager in developing a POA&M that outlines the production of deliverables and site visit schedules. Deliverable: POA&M for site visits and deliverables 4.1.2 Provide Assistance to Program Manager The contractor shall support the Products and Services Program Manager with the collecting of mapped processes and their analysis. · Assist with process map collection and formatting. · Assist with analysis and formulating of recommendations for process improvement. · Assist Program Manager with building of process mapping archive. · Assist Program Manager with creating a reporting system for changing or modifying mapped processes. · Assist Program Manager with Budget Analysis and Recommendations. · Maintenance and updating of P&S database. · When directed by higher authority, assist FISC Jacksonville with implementation of the TRIM Context integrated Electronic Document and Records Management Solution (EDRMS), a records storage, file and retrieval system. Deliverables: Consistent Format for all processes, in a common software program Archive of process maps Analyze findings and recommendations report Budget Analysis and Recommendations Maintenance and Updating of P&S Database TRIM Training Guide 4.2 Deliverable Schedule for FISC Products & Services Support 4.0 POA&M for QA site visits and deliverables – 10 days after contract award 4.1.2 Consistent Format for all processes, in a common software program – ongoing from contract start date Archive of process maps Analysis findings and recommendations report Budget Analysis and Recommendations Update P&S Database TRIM Training Guide IMPORTANT NOTICE: DFARS 252.204-7004 Alt A Central Contractor Registration (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: http://www.arnet.gov/far/ or http://farsite.hill.af.mil/vffar1.htm FAR 52.212 -1, Instructions to Offerors Commercial Items NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. Addendum to FAR 52.212-1: FAR 52.212-5 Facsimile Proposals, (c) Fax: 904-542-1095, FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a Firm-Fixed Price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous and considered the Best Value to the Government. Price and past performance factors will be considered in evaluating the quotation with pricing being the most important. Ability to meet the requirements set forth in this RFQ shall be demonstrated by the contractor’s submission of a signed quotation, which has not taken exception to the schedule. Quotations, which take exception and do not meet the Governments requirement, may be determined to be unacceptable and not considered for award. Offer should, therefore, contain the contractor’s best terms from both a technical, delivery and pricing standpoint. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items- (JAN2005); Incorporated by full text; NOTE: This provision is considered a fill-in. All applicable fields must be completed. Submit this provision with your quotation. FAR 52.212-4 Contract Terms and Conditions Commercial Items; Addendum to FAR 52.212-4 are hereby incorporated by reference or full text as applicable FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies with following applicable clauses for paragraph (b): FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-21 Prohibition on Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.212-7001 Contract Terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items-May 2002, 252.204-7004 ALT A Required Central Contractor Registration; DFARS 252-225-7007 Trade Agreements-Balance of Payments Pro gram, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; End of Clauses/Provisions. QUOTES SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include CLIN 0001 SUBCLIN 0001-01 through SUBCLIN 0001-02. Offerors who do not submit clear specifications will be eliminated from competition. (2) Completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps, the same as the combined synopsis/solicitation. Quotation information may be submitted electronically via e-mail or fax. Submit quotations to: Fleet and Industrial Supply Center, Jacksonville, Attn: Belinda Trout, Code 240 BT Phone 904-542-1166 or fax 904-542-1095. Address all questions or inquiries to the Contracting Officer at: 904-542-1166 or e-mail: belinda.trout@navy.mil. Solicitation number: RFQ N68836-05-T-0090 on all documents and requests for information. Quotes must be received no later than COB 2:00 p.m. (EST) on 30 March 2005. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (23-MAR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-MAY-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N688361/N68836-05-T-0090/listing.html)
 
Place of Performance
Address: FLEET INDUSTRIAL SUPPLY CENTER NAS JACKSONVILLE 110 YORKTOWN AVE. BLDG. 110 3RD FLOOR JACKSONVILLE, FL 32212
Zip Code: 32212
Country: USA
 
Record
SN00799566-F 20050504/050502212848 (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.