Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
MODIFICATION

D -- D -- CMMI Level III Certification

Notice Date
9/2/2005
 
Notice Type
Modification
 
Contracting Office
Attn: Department of Veterans Affairs Austin Automation Center, (00D), 1615 Woodward Street, Austin, Texas 78772
 
ZIP Code
78772
 
Solicitation Number
200-82-05
 
Response Due
9/16/2005
 
Archive Date
10/16/2005
 
Point of Contact
Point of Contact - Kari L. Cozzens, Contract Specialist, Ph: (512) 326-6494, Fx:(512) 326-6028, Contracting Officer - Kari L. Cozzens, Contract Specialist, Ph:(512) 326-6494, Fx:(512) 326-6028
 
E-Mail Address
Kari L. Cozzens
(kari.cozzens@mail.va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The following changes apply to the soliciation document in sections A.10 and A.11: 1.4 Volume 1: Technical Capability 1.4.1 Technical Understanding and Approach: The Offeror shall identify and describe in detail an understanding of the requirements of each SOW task. The Offeror shall provide detailed descriptions of the manner in which the Offeror proposes to uniquely accomplish Task 1, the CMMI Level III CBA IPI and all areas defined in task 2, the Fit/Gap Analysis. This shall include a description of the methodology, tools, metrics, and labor categories that shall be used for the performance of each task listed in the attached SOW. The Offeror shall present a response to Volume 1: 1) in the exact order presented below; 2) repeating each item as specified below; 3) with the text of the Offeror’s response immediately following: Task 1: Perform a CMMI based Assessment, as defined in 2.1 of the SOW Task 2: Perform a CMMI Gap Analysis, as defined in 2.1of the SOW Will now amend to read: 1.4 Volume 1: Technical Capability 1.4.1 Technical Understanding and Approach: The Offeror shall identify and describe in detail an understanding of the requirements of each SOW task. The Offeror shall provide detailed descriptions of the manner in which the Offeror proposes to uniquely accomplish Task 1, the CMMI Class B appraisal documenting AAC’s current practices relative to the CMMI Maturity Level 3 process standards. This shall include a description of the methodology, tools, metrics, and labor categories that shall be used for the performance of each task listed in the attached SOW. The Offeror shall present a response to Volume 1: 1) in the exact order presented below; 2) repeating each item as specified below; 3) with the text of the Offeror’s response immediately following: Task 1: Perform a CMMI based Assessment, as defined in 2.1 of the SOW The following: A.11 FAR 52.212-02 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (A) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Contracting Officer reserves the right to consider acceptable quotations that also are advantageous to meeting Department socioeconomic goals. The following factors shall be used to evaluate offers: • Technical capability • Past performance • Ability to schedule training on a date that is convenient for the AAC in accomplishing the goals and objectives of the Class B appraisal of AAC practices relative to Level 3 CMMI requirements. • Price • Veteran owned business and/or HubZone qualification Technical Capability is equal to Past Performance. Technical Capability and Past Performance combined are more important than price. Price will not be point scored. (B) A written notice of award or acceptance of an Offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (C) Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). Will now amend to read: A.11 FAR 52.212-02 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (A) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Contracting Officer reserves the right to consider acceptable quotations that also are advantageous to meeting Department socioeconomic goals. The following factors shall be used to evaluate offers: • Technical capability and merit of the detailed proposal • Past performance and Key Personnel Qualifications • Price • Veteran owned business and/or HubZone qualification • Ability to provide a 3-day Introduction to CMMI (Staged and Continuous) class by an SEI partner for up to 10 students, to be held onsite at the AAC at a time convenient to accomplish the appraisal process. Technical Capability is equal to Past Performance. Technical Capability and Past Performance combined are more important than price. Price will not be point scored. Additional consideration will be given to Offerors who demonstrate a HubZone qualification. Additional consideration will be given to Offerors who qualify as a Veteran owned business. Ability to provide training will be considered separately. (B) A written notice of award or acceptance of an Offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (C) Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-SEP-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/VA/VAAAC/VAAAC/200-82-05/listing.html)
 
Place of Performance
Address: 1615 Woodward
Zip Code: 78772
Country: United States
 
Record
SN00886512-F 20050904/050902213241 (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.