Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
SOLICITATION NOTICE

R -- Sustainable Enterprise Model Initiative

Notice Date
7/6/2005
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
General Services Administration, Office of the Chief Acquisition Officer (V), GSA Headquarters Contracting Division (VC), 18th & F Streets, NW Room 4020, Washington, DC, 20405
 
ZIP Code
20405
 
Solicitation Number
GS00V05PDC0025
 
Response Due
7/22/2005
 
Point of Contact
Kisha Emmanuel, Contracts Specialist, Phone 202 219-3457, Fax 202 501-3161, - Kisha Emmanuel, Contracts Specialist, Phone 202 219-3457, Fax 202 501-3161,
 
E-Mail Address
kisha.emmanuel@gsa.gov, kisha.emmanuel@gsa.gov
 
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. The solicitation number is GS00V05PDC0025 and is issued as a request for quotation (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 541611 with a small business size standard $6M. However this requirement is unrestricted and all interested offerors may submit a quote. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be access electronically at http://www.acqnet.gov/far. Company must be registered on Central Contractor Registration (CCR) before an award can be made. If a company is not registered in CCR, they may do so by accessing the following web site at http://www.ccr.gov . The GSA Office of Governmentwide Policy intends to award a contract to provide technical assistance to its Sustainable Development Initiative, to support the goals of all GSA business-lines, provide the basis for developing agency-wide performance goals and measures, and enhance the cost-effectiveness of GSA products and services. This initiative will establish a GSA sustainability life cycle cost policy through a comprehensive, enterprise-wide decision-making model and create a framework for consolidated annual reports to Congress, and others, on GSA’s progress towards becoming a sustainable enterprise. FOR A COPY OF THE STATEMENT OF WORK, SUBMIT A REQUEST TO THE CONTRACTING OFFICER VIA EMAIL kisha.emmanuel@gsa.gov. The due date for submittal of the Technical and Price Proposals will be 1 PM, EDT, July 22, 2005, to the Contracting Officer via email at kisha.emmanuel@gsa.gov using Microsoft Word or PDF attachments. The Technical Proposal shall not exceed fifteen (15) pages in length, exclusive of the resumes, but inclusive of all other addendums, attachments, exhibits, etc. Resumes shall be a maximum of three pages each. As Technical Proposals are reviewed, evaluated and rank-ordered prior to reviewing Price Proposals, all technical information shall be in the Technical Proposal to be considered. The Technical Proposal shall include: The Technical Proposal shall include: • Key Personnel Resumes • Technical Approach • Organizational Experience & Past Performance 1. Key Personnel (maximum 3 pages per resume, no limit on the total number of resumes) Provide a description of the experience, skills and capabilities of each of the key personnel on your proposed project team. Descriptions shall include the quality and depth of experience of proposed personnel in working on similar projects in terms of background, education, work experience, and accomplishments. Descriptions shall demonstrate the knowledge that key personnel have gained through completed and ongoing efforts on similar projects. "Similar projects" is meant to convey similarity in subject matter, dollar value, duration, and complexity. 2. Technical Approach A technical approach is required from each Offeror. The approach shall be simple, easy to read, and shall clearly and concisely describe project responsibilities and personnel, any proposed subcontracting or teaming arrangements, communication and coordination, scheduling of all tasks and subtasks, meetings, and deliverables. All staff needed to conduct the work and produce all required products and deliverables must be identified. In meeting deliverables, Offerors shall elaborate on how they plan to measure their efforts to ensure the highest quality of performance. 3. Organizational Experience & Past Performance Describe the experience and capability of your organization and key personnel in conducting similar work. Again, “similar" is meant to convey similarity in subject matter, dollar value, duration, and complexity. Provide a summary of at least three (3) similar contracts performed by your organization for the last three years. Include a brief description of the project, project title, contract number, period of performance, contract amount, client identification including agency or company name, and point-of-contact with e-mail and telephone number. Contact information must be current. This shall be no longer than one page. FORMAT FOR PRICE PROPOSAL The price proposal shall be a separate attachment in Microsoft Word, Excel or a PDF attachment, submitted at the same time as the technical proposal. There is no page limit on the price proposal. EVALUATION OF PROPOSALS Each Offeror’s proposal shall be evaluated according to the factors shown below. The factors are roughly equal to each other. FACTOR A: Key Personnel • Availability and qualifications of the proposed staff, their experience in similar projects and their capability to fully and professionally accomplish the objectives stated herein; • Ability to communicate both orally and in writing with both technical staff and senior management. • Consideration of the required knowledge, skills and abilities as specified in the SOW. FACTOR B: Technical Approach • Understanding of the work, including creativity, thoroughness and innovation shown in planned execution of the requirements in the SOW; • Discussion of specific methods and techniques for completing each discrete task; • Anticipation of potential problem areas, and creativity and feasibility of solutions to problems; and • Discussion of schedule and any other issues about which the Government should be aware. FACTOR C: Organizational Experience • The degree of comparability of past projects to the current project, including number of projects, complexity, and dollar amount. • Supporting subcontractors, consultants and partners will be considered. FACTOR D: Past Performance • The history of successful completion of similar projects (as listed above), of producing high-quality work and other deliverables, of staying on schedule and within budget; of anticipating and solving problems that occurred during contract performance. CONTRACT AWARD: Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides an overall best value to the Government, technical evaluation factors, and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical evaluation factors are more important than cost; however, between proposals that are evaluated as technically equal in quality, cost will become a major consideration in selecting the successful Offeror. QUESTIONS REGARDING THIS RFQ All questions must be submitted in writing via email to kisha.emmanuel@gsa.gov, no later than July 14, 2005, 1 pm, EDT to ensure a response. ALL QUESTIONS MUST BE SUBMITTED IN WRITING AND NO QUESTIONS WILL BE ACCEPTED BY TELEPHONE. The Government reserves the right to edit any questions as needed to protect the identity of the source, but absent this consideration, the Government intends to quote each submitted question verbatim in its response. The Government has targeted, but cannot guarantee a consolidated response to all bidders on or about August 22, 2005. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (06-JUL-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-SEP-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/GSA/V/VC/GS00V05PDC0025/listing.html)
 
Place of Performance
Address: 1800 F Street, NW Room G-33 Washington, D.C.
Zip Code: 20405
Country: United States
 
Record
SN00894534-F 20050915/050913213704 (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.