Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2006 FBO #1585
SOLICITATION NOTICE

J -- Electronic Records Recovery - Hard Drives from Hurricane Katrina

Notice Date
3/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-06-Q-0024
 
Response Due
4/11/2006
 
Archive Date
4/26/2006
 
Description
This is a combined synopsis/solicitation for commercial services in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotation number is NAMA-06-Q-0024. This Request for Quotation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07. This acquisition is being procured using full and open competition. The NAICS code and the small business size standard are 541519 and $23 million, respectively. The Offerors must state in their quote their size status for this procurement. All qualified responsible sources may submit a quote which will be considered by the agency. The period of performance is from the date of award through one year. This will be a firm fixed price contract. The purpose of this contract is to recover computer data from 6 computers that were retrieved from the Orleans Parish Coroner?s Office, New Orleans, LA, and from 34 Dell hard drives that were retrieved from computers in the District Attorney?s Office, New Orleans, LA. Computers had been subjected to flood waters, mold, and/or mud and may have been exposed to sewage or petrochemicals. The 6 computers in the Coroner?s Office may have been exposed to toxicological contaminants as well. For a detailed Statementof Work please contact Amanda Kreusch, Contract Specialist at (301) 837-3229, or amanda.kreusch@nara.gov. PERSONNEL. The Contractor must assure that all of their employees performing services under this contract have successfully passed the Contractor?s screening process. The screening process shall at a minimum ensure that all employees are free of excessive use of alcohol, use of illegal drugs, free of violent and/or anti-social behavior; and dishonesty. The Contracting Officer or COR may request the Contractor to immediately prevent any employee(s) from performing work or continuing to perform under this contract should it be determined that individuals performing services are disqualified for either suitability or security reasons, are found to be unfit to perform their duties, or pose an unacceptable risk to Government equipment or personnel. INSPECTIONS. NARA reserves the right, during business hours and without notice, to inspect the Contractor?s processes, procedures, and deliverables during the performance of this work. CLAUSES AND PROVISIONS. Oferors must provide the information required by FAR 52.212-1, Instructions to Offerors ? Commercial Items (Jan 2006h). FAR 52.212-2, Evaluation?Commercial Items (Jan. 1999) is applicable, with the following addendum: The following factors will be used to evaluate offers and are listed in descending order of importance: (1) Technical Understanding, Approach, Capabilities, and Management. (Evaluation will be based on he Offeror?s capabilities and demonstrated technical understanding of and approach to performance of the work required by the Specifications.) (2) Price. (3) Past Performance. (The Government will assess the Offeror?s demonstrated recent/relevant experience and their quality of performance on similar work. The Offeror must provide this information.) Technical Understanding, Approach, Capabilities, and Management and Past Performance, when combined are significantly more important when compared to price. The proposed contract award will be based on a best value competitive source selection wherein the Government is more concerned with obtaining superior technical performance or reduced risk than in making an award at the lowest overall cost to the Government. However, if one or more Offerors are equal in technical performance, then price will become more important as a factor for award. Streamlined source selection procedures will be used. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items (Mar 2005) with its offer and may be obtained via the Internet at http://www.arnet.gov/far. FAR 52.212-4, Contract terms and conditions?Commercial Items (Sept 2005) is applicable. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statures or Executive Orders?Commercial Items (Sept 2005) is applicable and the following identified clauses from paragraph (b) are incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul. 1995), with Alternate I (Oct. 1995); 52.219-6-Notice of Total Small Business Set Aside (Jun 2003) (15 U.S.C. 644), 52.222-21, Prohibition of Segregated Facilities (Feb. 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); 52.222-36, Affirmative Action for Handicapped Workers with Disabilities (Jun.1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232.18-Availability of Funds (APR 1984), 52.232-19-Availability of Funds for the Next Fiscal Year (APR 1984), 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999). 52.237-2-Protection of Government Buildings, Equipment, and Vegetation (APR 1984), 52.243-1-Changes-Fixed Price-Alternate 1 (APR 1984), 52.246-4-Inspection of Services-Fixed Price (AUG 1996), 52.237-1 Site Visit (APR 1984), 52.233-2-Service of Protest (AUG 1996) (1) Protests as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (address as follows) by obtaining written and dated acknowledgment of receipt from the : National Archives and Records Administration, NAA-Acquisition Services Division, 8601 Adelphi Road, Room 3360, College Park, MD 20740-6001, Attn: Rhonda Propst. The copy of any protest shall be received in the office designated above within one day of filing a protest with GAO. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)-This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://www.arnet.gov/far. The following National Archives and Records Administration Clauses will be made available upon request: NARA 7.1? Government Contract Administration (Mar 2003), NARA 7.2 ?Designation of Contracting Officer?s Representative (May 2004), NARA 7.5-Invoice Submission Requirements (Dec 2002), NARA 7.7-Certification of Invoice (Dec 2002), NARA 7.9-Adjusting payment (Jul 2000), NARA 7.10- Final Payment (Sep 1998). CONTRACTOR NOTE: In order to provide timely replies to Offeror?s inquiries, all written requests should be received no later than one week (5 working days) prior to the time set for receipt of quotes. Offerors are requested to transmit inquiries via both facsimile (301-837-3227,) Attn: Ms. Amanda Kreusch and email; amanda.kreusch@nara.gov. The Government will reply promptly to inquiries received during the final week, but will not extend the quote receipt merely because of late submittal of questions. Quotes for services described above are due by 3:00pm E.S.T. April 11, 2006 and may be mailed to: Ms. Amanda Kreusch, National Archives and Records Administration, Acquisition Services Division (NAA), Suite 3340, 8601 Adelphi Road, College Park MD 20740-6001 or emailed to amanda.kreusch@nara.gov. Quotes must include the solicitation number, discount/payment terms, identification of any special commercial terms, and must be signed by an authorized company representative. It is critical that Offerors provide adequate detail to allow evaluation of their quotes (See FAR 52.212-1(b)). Offerors will be responsible for downloading their own copy of this combined synopsis/solicitation and amendments (in any).
 
Record
SN01016489-W 20060330/060328212845 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.