Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2005 FBO #1361
MODIFICATION

B -- Discriminant Function Analysis

Notice Date
8/16/2005
 
Notice Type
Modification
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-05-Q-00090
 
Response Due
8/30/2005
 
Archive Date
9/14/2005
 
Point of Contact
Jeff Jackson, Contract Specialist, Phone 202-283-1197, Fax 202-283-1511,
 
E-Mail Address
Jeffrey.M.Jackson@irs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a request for quotations using Simplified Acquisition Procedures under subpart 13.5, Test Program for Certain Commercial Items. The solicitation number is TIRNO-05-Q-00090. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. This requirement is a 100% small business set-aside. The NAICS code is 541690, and the small business size standard is $6m. This requirement is for discriminant function analysis as described in the Statement of Work. THE STATEMENT OF WORK MAY BE OBTAINED BY E-MAIL at Jeffrey.M.Jackson@irs.gov. The following Federal Acquisition Regulation (FAR) Clauses apply to this synopsis/solicitation: 52.212-1, Instructions to Offerors - Commercial Items (JAN 2005); 52.212-4, Contract Terms and Conditions - Commercial Items (OCT 2003). The following clauses cited in FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUN 2004) also apply: 52.233-3, Protest After Award (AUG 1996); Applicable Law for Breach of Contract Claim (OCT 2004); 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I (OCT 1995); 52.219-8, Utilization of Small Business Concerns (MAY 2004); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (JUN 2004); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003). Additional FAR clauses regarding Privacy Act and Safeguard Requirements are included in Attachment One, Statement of Work. Offers shall be received by the IRS by noon Eastern Daylight Time on August 30, 2005. Offers shall be sent via e-mail to Jeffrey.M.Jackson@irs.gov or by mail to: Internal Revenue Service, Office of Procurement, Attn: Jeff Jackson, 6009 Oxon Hill Road, Oxon Hill, MD 20745. Offers will be evaluated on the following evaluation factors, each of which should be specifically addressed as set forth below: (1) technical approach; (2) relevant experience; (3) past performance; and (4) total price. Technical approach should include a detailed breakdown about how the contractor plans to achieve the task. Relevant experience should list up to three relevant contracts, either with government or private industry, and explain how they are relevant to the current effort. Past performance should include a name, telephone number, and e-mail address of an individual from the Government or firm with whom you contracted who is familiar with your performance under each contract listed under relevant experience. The price quoted should be a firm, fixed price which includes all costs associated with performance. Award will be made to the the firm who provides the best value to the government, cost and other factors considered. Non-cost factors (technical approach, relevant experience, and past performance) are much more important than price. Technical approach is more important than experience and past performance, which are approximately equal. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/TREAS/IRS/NOPAP/TIRNO-05-Q-00090/listing.html)
 
Place of Performance
Address: Internal Revenue Service 500 N. Capitol Street, NW Washington, DC
 
Record
SN00872214-F 20050818/050816213756 (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.