Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2006 FBO #1636
MODIFICATION

D -- Computer Based Training for Non-Destructive Testing Support Services

Notice Date
5/18/2006
 
Notice Type
Modification
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Contract Management Agency, Defense Contract Management Agency, DCMA Procurement Center (DCMAC-W), ATTN DCMAC-W 6350 Walker Lane Suite 300, Alexandria, VA, 22310-3241
 
ZIP Code
22310-3241
 
Solicitation Number
S5105A-06-T-0011
 
Response Due
5/26/2006
 
Archive Date
6/10/2006
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION S5105A-06-T-0011 SYNOPSIS Amendment to the Solicitation The purpose of this amendment is to reiterate the Evaluation Criteria for this effort. 1. Technical factors consist of: a. Plan of Action and Milestone Plan for meeting the requirements and needs within the expected period of performance b. Compatibility with DCMA computer systems c. A CD copy of the existing CBT on Eddy Current that will be modified d. Sample of video for quality assessment, approximately 5 minutes in length (videos may be provided in the Eddy Current CBT). e. Sample of the program that randomly selects database test questions and generates tests. 2. Past Performance 3. Price Technical factors are of equal important and when combined are more important than Past Performance. Past Performance is as important as Price. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. In addition, 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. Technical evaluation factors are more important than price. However, if one or more Offerors are equal in technical performance, then price will become more important as a factor for award. Therefore, in the event proposals are evaluated as technically equal in quality, price or cost will become a major consideration in selecting the successful Offeror. In addition, the Government reserves the rights to establish a competitive range for evaluation purposes. The Contracting Officer may limit the number of proposals in competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Therefore, the offeror?s initial proposal should contain the offeror?s best terms from price and technical standpoint. The Defense Contract Management Agency (DCMA) Headquarters requires technical and programming services for the development of additional modules for Non-destructive testing certification. Statement of Work is attached to this solicitation. This Request for Proposal (RFP) is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation Number: S5105A-06-T-0011 is a combined synopsis/solicitation for commercial items. Submit electronic offer document type: Combined Synopsis/Solicitation Solicitation Number: S5105A-06-T-0011 Classification Code: D- Information Technology Services North American Industrial Classification Standard (NAICS) Code: 541419-OTHER COMPUTER RELATED SERVICES All US firms or individuals responding must be registered with the Central Contractor Registration (CCR). CLINS Description CLIN 0001 One (1) master CD set for CBT NDT certification. Specific details of this deliverable are discussed in paragraphs g and h. One payment will be made when CLINs 0001-0003 have been delivered. CLIN 0002 One (1) certified copy CD set for CBT NDT certification. This certified copy should allow DCMA to make user copies, if necessary. Other specific details of this deliverable are discussed in paragraphs g and h. One payment will be made when CLINs 0001-0003 have been delivered. CLIN 0003 Sixty (60) reusable training CD sets that are copy-resistant. Specific details of this deliverable are discussed in paragraphs g and h. One payment will be made when CLINs 0001-0003 have been delivered. CLIN 0004 Progress Reports every two months. This CLIN will not be separately priced. CLIN 0005 Five year contractor support of the CBT and the automatic tests/exams. Specific details of this deliverable are discussed in paragraphs i. As funding allows, this support may be extended. In the future, the format may be changed from CDs to DVDs when DCMA fully changes out all existing computer systems. One payment will be made when CLINs 0001-0003 have been delivered. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14 and Defense Acquisition Circular 91-13. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm FOB: Destination for delivery to: DCMA-Information Technology, 6350 Walker Lane, Suite 300, Alexandria, VA 22310. Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). The following provisions and clauses apply to this acquisition: A. FAR 52.212-1 Instructions to Offerors - Commercial Items Jan 2006, applies to this acquisition. B. 52.212-2 Evaluation ? Commercial Items Jan 1999 The Government intends to award this requirement on a best value determination considering price and other factors. Proposals will be evaluated through technical review of the other factors based on the following evaluation criteria: a. Plan of Action and Milestone Plan for meeting the requirements and needs within the expected period of performance b. Compatibility with DCMA computer systems c. A copy of the existing CBT on Eddy Current that will be modified d. Sample of video for quality assessment, approximately 5 minutes in length. e. Sample of the program that randomly selects database test questions and generates tests. f. Past performance to include CBTs for NDT. Provide no more than 3 references and/or samples C. Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Mar 2005 D. FAR 52.212-4 Contract Terms and Conditions-Commercial Items Sep 2005 E. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition Feb 2006 Specifically the following clauses cited are applicable to this solicitation: FAR Part 52.203 Gratuities (Apr 1984) FAR Part 52.219-6, Notice of Total Small Business Set-Aside (June 2003) FAR Part 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) FAR Part 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. (Oct 2003) FAR Part 52.233-3 Protest After Award (Aug 1996) FAR Part 52.247-34 ? F.O.B. Destination (Nov 1991) FAR Part 52.252-2 Clauses Incorporated by Reference (Feb 1998) FAR Part 52.253-1 Computer Generated Forms (Jan 1991) DFAR Clauses: DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation; DFARS 252.232-7003 Electronic Submission of Payment Requests; 52.232-18 Availability of Funds Apr 1984 applies to this acquisition. Questions regarding this solicitation: Questions pertaining to the solicitation must be submitted via e-mail to Sue.Gerardo@dcma.mill, no later than 12:00 PM (noon) Eastern Standard Time, May 18, 2006. Questions will not be accepted by phone. Receipt of Proposals: Proposals must be submitted and received via email to Sue.Gerardo@dcma.mil no later than 12:00 NOON Eastern Standard Time, May 26, 2006 Proposals MUST be received by this cutoff date/time. Proposals received after this cutoff are considered untimely and will not be considered for award. Please include the following information: SOLICITATION NUMBER: S5105A-06-T-0011 Cage Code DUNS TAX ID NAICS Code Complete Business Mailing Address Contact Name Contact Phone Contact Fax Number Contact email address PERIOD OF PERFORMANCE: The period of performance (POP) shall be from contract award for 12 months, with four one-year option periods. Please confirm receipt of the RFP STATEMENT OF WORK IS ATTACHED
 
Place of Performance
Address: DCMA HQ, 6350 WALKER LANE, SUITE 300, ALEXANDRIA, VA
Zip Code: 22310
 
Record
SN01052497-W 20060520/060519133256 (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  © 1994-2020, Loren Data Corp.