Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2007 FBO #1985
MODIFICATION

D -- National Currents Program IT Support for NOAA/NOS/CO-OPS

Notice Date
5/2/2007
 
Notice Type
Modification
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DG133C07RQ0255
 
Response Due
5/31/2007
 
Archive Date
6/15/2007
 
Description
The purpose of this modification is: 1) to include the correct statement of work for this requirement and 2) to extend the response date for quotes for this solicitation to Thursday May 31, 2007 at 12:00 P.M. eastern. The correct sow will be attached. THIS IS A COMBINED SYNOPSIS/SOLICITATION. A SEPARATE RFQ WILL NOT BE POSTED. Request for Quotation NATIONAL CURRENTS PROGRAM INFORMATION TECHNOLOGY SUPPORT NATIONAL OCEAN SERVICE NATIONAL OCEANIC & ATMOSPHERIC ADMINISTRATION U.S. DEPARTMENT OF COMMERCE April 23, 2007 The National Oceanic & Atmospheric Administration, a bureau of the U.S. Department of Commerce, is interested in administrative and management services for the National Ocean Service, Center for Operational Oceanographic Products and Services (CO-OPS). The services to be procured include the development, testing, implementation, and documentation of an enhanced NCP Data Management System, referred to as C-MIST or Currents Measurement Interface for the Study of Tides, which was started two years ago. The purpose of C-MIST is to provide a front to end tool for managing and analyzing current meter data. The objectives to meet this include improving the user interface or working environment; expanding the suite of tools used in data processing, allowing for future data types to be processed using the established methods; and analyzing and disseminating the results. Requirements include, but are not limited to: ? Developing the capability for ingesting and processing new data types ? Developing new data modification processes and data gap interpolations ? Completing a database data model for storing all data analysis results and instrument metadata in a central location ? Enhancing data processing by retrieving data from multiple existing databases and store results in a central location ? Developing code for storing data analysis results and instrument metadata into the given data model ? Enhancing the quality control error detection before data processing A statement of objectives is set forth below. These services will be procured through the General Services Administration (GSA) Federal Acquisition Service (FAS), Multiple Award Schedule (MAS) 70 entitled ?General Purpose Commercial Information Technology Equipment, Software and Services,? Special Item Number 132-51, entitled ?Information Technology Services.? Award of a single Time and Materials delivery order is contemplated for up to sixty months commencing on or about June20, 2007. The Government estimates that approximately $9,900,000 will be required for this work. Award is shall be made to firms that possess a current IT Schedule 70 contract with Special Item Number 132-51. The North American Industry Classification System (NAICS) code for this Request for Quotation is 541513. The North American Industry Classification System (NAICS) code cited in this Request for Quotation is for internal business size stratification purposes only and is not meant to restrict this procurement to small businesses. Interested firms shall provide a written and electronic quotation no later than 12:00 PM, Wednesday, May 23, 2007, addressed to Robert M. McNamara, Contract Specialist, National Oceanic & Atmospheric Administration, 1305 East West Highway, Suite 7607, Silver Spring, Maryland 20910, robert.mcnamara@noaa.gov. The quotation shall be limited to twenty five pages. Firms must submit a complete quotation. Quotations that are not substantially complete will be returned. Quotations shall remain valid for 60 days. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. A one-page letter shall transmit the quotation signed by an individual authorized to commit the organization. The one-page transmittal letter shall count toward the page limit. The electronic version shall be submitted by email to robert.mcnamara@noaa.gov. The quotation shall contain all content and shall be sized to permit electronic submission. The relevant schedule contract shall be submitted and shall not count as part of the page limit. Any resultant order shall include the provisions of the schedule and any terms relevant to this Request for Quotation (RFQ). Any additional clauses required by public law, executive order, or acquisition regulations in effect at the time of execution of the order will be included. Each prospective contractor shall register with the U.S. Government through the Central Contractor Registration (CCR). The Central Contractor Registration (CCR) is the primary vendor database for the U.S. Federal Government. The CCR collects, validates, stores, and disseminates data in support of agency acquisition missions. In accordance with Federal Acquisition Regulation (FAR) 4.1102, effective October 1, 2003, ?Prospective contractors shall be registered in the CCR database prior to award of a contract or agreement". The Government reserves the right to make no award and will not be liable for any costs incurred in response to this solicitation. The Government will evaluate quotes in accordance with the evaluation factors set forth in this RFQ. The information provided shall be concise, specific and complete, and shall demonstrate a thorough understanding of the requirements of this RFQ. Additionally, the firm must demonstrate a reasonable relationship between the requirement and the price for that requirement. Firms shall offer to perform all requirements. Offers of partial performance shall be rejected. Each quotation submission shall be on 8-1/2 x 11-inch paper, in a commercially standard font. The quotation shall be secured by simple stapling and shall not contain any separate binding. Each page in the quotation shall be separately numbered. A page of paper printed on both sides is considered as two pages (if using double-sided pages, the front side would be page 1, the reverse side would be page 2). The quotation shall not include brochures, newsletters, or other marketing materials. Submit quotations arranged in two sections as follows: Section I ? Approach & Past Performance ? Nature of the Firm o Primary shareholders o Ownership form o Management ?X Description of organization ?X Relationship of this program ?X Reporting chain of command o Location ?X Primary or headquarters location ?X List of relevant offices and roles ?X Method for servicing relevant Government locations o Business Summary ?X Revenue for prior three years by year ?X Net Income for prior three years by year ?X Employees for prior three years by year ?X Accounting year definition ?X DUNS Number ?X CCR Registration Status ?X Tax Identification Number ?X Firm Points of Contact: Names, Phone, Email, Fax ?X Banking Relationship ? name and point of contact ?X Description of line of credit ?X Suspension or debarment actions within past five years ?X Claims against the Department of Commerce within last three years ?X Agency level protests to the Department of Commerce within past three years ?X GAO protests against the Department of Commerce within past three years ?X Bankruptcy actions within past five years. ? Personnel o Identification of Personnel ?X Staff ? Person(s) performing the work ?X Manager ? Person managing work and serving as single point of contact to Government ?X Officer ? Person with authority to commit firm o Description of Qualifications of Personnel ?X Education ?X Experience ?X Credentials o Recruiting, Retainage, Benefits ?X Capacity to recruit ?X Methods to retain ?X Menu of Benefits ? Technical and Management Approach o Approach to perform and manage the work o Knowledge of organization o Knowledge of project accounting and invoicing o Tools and Methods o Capacity and Resources ? Past Performance o Relevant Experience ? Describe at least five (5) projects performed well in the last three years relevant to this project. Include the following data: Client Name Address Phone Number Fax Number Point of Contact for the Project Email Address of the Point of Contact Project Performance Period Dollar Value of the Entire Project Dollar Value of SIN-Relevant Work Name of Project/Contract Number For each project, provide a narrative account of the work performed and include the following elements: 1. Summary of the project, 2. Expanded description of work performed and results achieved, 3. Description of methodology, tools, and processes utilized in performing the work, 4 Adherence to project schedule and cost, 5. Problems encountered and corrective actions taken, 6. Identification of the similarity in scope and complexity to this project. SUBSTITUTION FOR CORPORATE EXPERIENCE: If corporate experience does not exist, the firm may substitute relevant projects of predecessor companies, key personnel, or of subcontractors who will be performing major aspects of the required work. If the firm chooses to make this substitution, the project descriptions must clearly state so, identifying the entity, personnel, or subcontractor that performed the services. Section II ? Business and Pricing ? Price o Schedule Contract Number o Pricing Template for Evaluation Category Hours Rate Year 1 $ PC Support/Windows Administration/Network Management 2000 Database Administrator/SQL Programmer 2000 Senior Software Engineer/Data Modeling/data Architect 2000 Senior Software Engineer/3GL and 4GL 2000 Senior Software Engineer/3GL and 4GL 2000 Software Engineer/3GL and 4GL 2000 Web Designer 2000 Senior IT Planning Analyst 2000 Other Direct Charges/ Yr. $20,000 Total Price The hours set forth above shall be extended for years two through five and a yearly price for each of the five years shall be provided as well as a summary total for the five-year effort. The rates shall be taken from your schedule contract less any flat percentage discount you wish to use. We encourage a discounted price. If your MAS expires and you have no rates in the later years, develop them for this pricing; they will be binding. The template set forth above shall be used for pricing and evaluation purposes. However, your entire Schedule 70 shall be available for use under this order as needed. All rates shall be based on performance at the Government site for evaluation purposes. The mix of work on Government sites and at Contractor sites over the five-year period of performance is not precisely known. The Contracting Officer?s Technical Representative shall provide technical direction as to location of work and labor mix. Firms must disclose their business practices and prices in a format that provides sufficient information for the Contracting Officer to make a determination of fair and reasonable pricing. Attach an electronic copy of your schedule contract. It does not count toward the page limit Other Direct Costs ? For evaluation purposes include charges of $20,000 for each of the five years of performance. Identify any separate markups to be used for material, subcontracting, or other direct charges. Basis for Award The objective of the source selection is to select the offer that represents the best value to the Government. All evaluation factors that will affect contract award and their relative importance are set forth in the solicitation. The evaluation factors are listed in order of importance. While Price will not receive an adjectival rating, it shall be evaluated. Award shall be based on an integrated assessment of offers using all factors in the solicitation. Award may be made without discussions. Oral Presentation An oral presentation may be required. If scheduled, the oral presentation will be approximately sixty minutes, including a twenty-minute overview of your quotation by the responsible manager with the contractor team in attendance, a twenty to thirty minute question and answer session, and a ten- minute introduction by the Government. If oral presentations are deemed necessary by the Government, they will be scheduled after the due date for quotations. Contractor Responsibility It is the policy of the Department of Commerce that contracts shall be awarded only to responsible prospective contractors. To be determined responsible, a prospective contractor must: (a) Have adequate financial resources to perform the contract or have the ability to obtain them; (b) Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; (c) Have a satisfactory performance record; (d) Have a satisfactory record of integrity and business ethics; (e) Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them including, as appropriate, such elements as production control procedures, property control systems, and quality assurance measures applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors. (f) Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them; (g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations. Evaluation Award will be made to the responsible Contractor that offers the best value to the Government. The quote will be evaluated based on the factors set forth below. The factors, although relatively equal, are listed in order of importance. ? Small Business Status ? Those firms that state they are small shall receive a Good rating; those that state they are not small shall receive an Adequate rating. ? Approach ? The likelihood of effectively meeting requirements ? Past Performance ? The relevance and quality of prior performance ? Price ? The amount, realism, balance, and consistency of the evaluated price. The evaluation will be based on use of an adjectival scheme as follows: ? Outstanding (O) ? Conspicuously striking in eminence ? Excellent (E) ? Very good of its kind; eminently good, superior or first class ? Good (G) ? Beneficial and worthwhile; sound and valid ? Adequate (A) ? Reasonably sufficient and suitable ? Marginal (M) ? Minimally suitable at the lower limit ? Unsatisfactory (U) ? Not acceptable, not adequate to carry out Period of Performance The period of performance shall be from the date of award through sixty (60) months. Government furnished Data, Equipment and Resources The Government will provide office space, including personal computers, telephones, fax machines and normal office supplies and equipment. Government facilities will be accessible from 7:30 am until 6:00 pm Monday through Friday, except for legal holidays, unless the Contracting Officer?s Technical Representative (COTR) approves deviation. The quotes submitted shall form the basis for award. No further submissions are anticipated. Questions and comments may be directed to the Contract Specialist, Robert M. McNamara at 301-713-0820 x 144 and robert.mcnamara@noaa.gov.
 
Place of Performance
Address: Silver Spring, MD
Zip Code: 20910
Country: UNITED STATES
 
Record
SN01285645-W 20070504/070502221734 (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.