Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

D -- Washington Office Property Management Office\ Web-Based Fleet Management System

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
WASO - APC - Administrative Program Center Washington 1201 Eye Street NW, 12th Floor Washington DC 20005
 
ZIP Code
20005
 
Solicitation Number
Q0026070023
 
Response Due
9/22/2007
 
Archive Date
9/10/2008
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERICIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AND THE TEST PROGRAM OUTLINED IN FAR 13.5, AS WELL AS SUPPLEMENTAL INFORMATION PROVIDED HEREIN. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; REFERENCES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. THE SOLICITATION NUMBER IS Q0026070023 AND IS BEING ISSUED UNDER FAR PART 13 AS A REQUEST FOR QUOTES. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE PROCUREMENT. THE SMALL BUSINESS SIZE STANDARD IS 100 EMPLOYEES. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) FOR THIS PROCUREMENT IS 511210. THE CONTRACT WILL BE AWARDED AS A PURCHASE ORDER. A MULTIPLE AWARD IS ANTICIPATED, BUT THE GOVERNMENT RESERVES THE RIGHT TO MAKE A SINGLE AWARD. THE PERIOD OF PERFORMANCE IS FOR ONE BASE YEAR. THE REQUIREMENT IS FOR THE AFFORDS TO PROVIDED SERVICES FOR THE BELOW SCOPE OF WORK. THE FOLLOWING FAR PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS ACQUISITION: FAR 52.212-01, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS APPLIES TO THIS ACQUISITION; QUOTATIONS SUBITTED IN RESPONSE TO THIS RFQ MUST INCLUDE: CLIN NUMBERS AND PRICING AS SHOWN ABOVE, AND CONTRACTORS FULL NAME, ADDRESS, AND TELEPHONE NUMBER; FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS IS APPLCIABLE TO THIS RFQ: FACTORS FOR EVALUATION WILL INCLUDE PRICE AND PAST PERFORMANCE ON SIMILAR TYPE CONTRACTS; PAST PERFORMANCE AND PRICE ARE OF APPROXIMATELY EQUAL IMPORTANCE; FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERICIAL ITEMS. OFFERORS SHALL PROVIDE A COMPLETED COPY WITH ITS SUBMISSION; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERICIAL ITEMS; FAR 52-212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS - COMMERICIAL ITEMS; FAR 52.232-18, AVAILABILITY OF FUNDS; FAR.216-21, FAR 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER - CENTRAL CONTRACTOR REGISTRATION. QUOTATIONS ARE DUE BY 4:00 PM EST, SEPTEMBER 22, 2007. IF HANDCARRIED OR FED-EX TO NPS, ATTN: JONATHAN ROBERTSON, Q0026070023, 1201 EYE STREET, NW, 12TH FLOOR, WASHINGTON, DC 20005, IF MAILED TO NPS, ATTN: JONATHAN ROBERTSON, A0026070023, 1849 C STREET, NW, MAIL STOP 2623, WASHINGTON, DC 20240. CONTRACTORS MAY SUBMIT THEIR PROPOSALS ON COMPANY LETTERHEAD WITH A SIGNATURE OF AN AUTHORIZED COMPANY OFFICIAL. SUBMITTED QUOTES SHALL HAVE THE CONTRACTOR'S DUNS NUMBER. FAX AND E-MAILED QUOTES WILL BE ACCEPTED - FAX NUMBER IS 202-371-1310. QUESTIONS MAY BE FAXED OR E-MAILED TO JONATHAN_ROBERTSON@NPS.GOV. TELEPHONE QUESTIONS OR REQUESTS WILL NOT BE ACCEPTED OR ACKNOWLEDGED. End of Annoucement. I. Scope of Work The Contractor shall provide all labor and services needed to provide the following six (6) tasks: The contractor shall provide the following services to maintain and support of the Web-based Fleet Management System: 09/28/2007 - 09/29/2008 * Perform timely maintenance checks to ensure the system's integrity. This will include daily monitoring, problem-solviing, updating of service packs, running and updating of anti-virus software and preforming service-wide system preformance checks. * Scan, edit and add the Fleet Management Strategic Plans for each region/Center and park units. There are 7 regional offices, approximately 390 parks and 5-6 Service Centers. Each plan is approximately 20 - 40 pages. * Collect and add names of regional/center and park unit fleet managers throughout the service. There is one fleet manager per region/center and one per park/unit. * Perform system problem-solving to include restoration of lost or corrupt data. Assist approximately 390 system users with system access, data entry and troubleshooting any and all system problems as they arise. * Perform neccessary system changes as deemed necessary by the client. * Develop upcoming enhancements necessary to maintain the system and update the warehouse inventory information in the database upon request or when deemed necessary by the client or warehouse managers. * Make database changes as deemed necessary by the client. This work will be performed on-site and contractor must be available to answer and resolve any client problems. Basis for Selection: The Government intends to select the Offeror that represents the best value using a trade-off approach. The award will be made to the Offeror who the Government determines can best accomplish the necessary work to satisfy the objectives and requirements set forth in the Statement of Work in a manner most advantageous to the Government. The Offeror must convey to the Government that the Offeror is able to accomplish the work in a timely manner such that all requirements will be achieved. Award will be made based on what is determined to be the overall best value to the Government. Past performance is most important; Experience is equally important with price; however Experience and price are significantly less important than past performance. Offerors or Respondents Instructions: Technical quotes shall clearly demonstrate a feasible technical approach for providing the requested services. For organizational purposes address the approach in the following format: 1. Resumes of key personnel. 2. All past (within the last three years) and current task order/contracts for same or similar type work. Include the contract/task order number, period of performance, total dollar value and the Contracting Officer and contact information. A survey regarding past performance may be provided to the point of contact (POC) identified by the Offeror. The NPS may also contact other Government POCs for additional survey information, if required. The Offeror shall have the opportunity to rebut any negative survey results with regard to past performance and will included in the consensus evaluation for this criterion. An evaluation of an Offeror's past performance information will be conducted subsequent to the technical evaluation; however, this evaluation will not be conducted on any Offeror whose proposal would not be selected for award based on the results of the evaluation of factors other than past performance. 3. Price Proposal
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2682338)
 
Place of Performance
Address: Servicewide
Zip Code: 20005
Country: USA
 
Record
SN01402888-W 20070913/070911222126 (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.