Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

R -- The Interagency Management Conference (IRMCO)

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
611430 — Professional and Management Development Training
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS00V07PDI0001
 
Response Due
8/10/2007
 
Archive Date
8/25/2007
 
Small Business Set-Aside
Total Small Business
 
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 GS00V07PDI0001 and is issued as a request for quotation (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 611430 with a small business size standard $6.5 M. This requirement is restricted to small busiesses only. All interested small business 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 (OGP), Office of Technology Strategy, Interagency Policy & Management Division (MEA) seeks information from vendors with qualifications and past experience to: ? Provide strategic planning where senior executives share the most current thinking about policies and strategies of the current administration. ? Provide content advisement on the training opportunities geared towards executives in achieving their agencies mission and objectives. ? Provide media access to promote the IRMCO to maximize attendance of the Chief Information Officers, Chief Acquisition Officers, Chief Financial Officers, Chief Human Capital Officers (CXOs), and other Federal executives, such as managers of major government programs across all Federal Agencies. ? Provide logistical support services which provide a favorable atmosphere to interact and to discuss common problems and best practices. 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, EST, August 10, 2007, 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: FACTOR A: Key Personnel 40% ? 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. "Similar projects" is meant to convey similarity in subject matter, dollar value, duration, and complexity. ? Writing and editing skills, preferably with the use of plain language, question and answer style or writing and format. ? Educational achievement or professional certification/training received with emphasis in the areas of conference management including site selection, and budget management, strategic planning, networking, marketing, information technology, website management and exhibition management. ? Proficiency with Microsoft Word, Excel, Power Point, Project, and Access. FACTOR B: Past Performance 25% ? The history of successful completion of three similar efforts (involving knowledge, skills and abilities as described above) within the past three years by the proposed Key Personnel, of producing high-quality work and other deliverables. ? Past performance should demonstrate a history of successful completion of similar projects, the ability to stay on schedule and within budget, and anticipation and resolution of problems that occurred during performance of similar tasks. ? The proposal must include point-of-contacts, client identification or company name, e-mails and telephone numbers. Contact information must be current. FACTOR C: Technical Approach 20% ? 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 D: Organizational Experience 15% ? The offeror is asked to demonstrate the firm?s ability to provide program management and technical support for successful contract performance. Offerors should explain corporate strategies and methodologies to provide professional oversight, leadership, and form all quality control measures to assure satisfactory performance of services. ? Supporting subcontractors, consultants and partners will be considered. FORMAT FOR PRICE PROPOSAL ? The price proposal shall be a separate volume from the technical proposal. It shall be submitted at the same time as the technical proposal. ? Offerors shall provide the registration cost per attendees to attend the conference. ? Proposals shall clearly reflect the tasking as specified in the SOW. ? For evaluation purposes only, offerors shall provide labor categories, labor rates and estimated hours for each task, as well as any other direct costs. EVALUATION OF PROPOSALS Each Offeror?s proposal shall be evaluated according to the factors shown below. FACTOR A: Key Personnel 40% ? 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: Past Performance 25% ? The history of successful completion of similar projects (involving knowledge skills and abilities as described above)within the past 3 to 5 years 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. FACTOR C: Technical Approach 20% ? 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 D: Organizational Experience 15% ? Demonstrated ability to perform the scope of activities as required. ? Relevant experience on requirements of a similar scope and complexity ? Supporting subcontractors, consultants and partners will be considered. ? Staffing (other than key personnel resumes) 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 27, 2007, noon, EST 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 July 31, 2007.
 
Place of Performance
Address: Washington, D.C.
Zip Code: 20405
Country: UNITED STATES
 
Record
SN01346008-W 20070720/070718222655 (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.