Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
MODIFICATION

T -- Printing and Distribution

Notice Date
8/21/2007
 
Notice Type
Modification
 
NAICS
541860 — Direct Mail Advertising
 
Contracting Office
Department of Agriculture, Farm Service Agency, USDA, FSA, KCAO, ASD-CAB, C/O RMA, P. O. BOX 419205, Kansas City, MO, 64141-6205, UNITED STATES
 
ZIP Code
64141-6205
 
Solicitation Number
AG-645S-S-07-0027
 
Response Due
8/28/2007
 
Point of Contact
Steven Prado, Contract Specialist, Phone 816-926-6759, Fax 816-823-4248, - Steven Prado, Contract Specialist, Phone 816-926-6759, Fax 816-823-4248
 
E-Mail Address
steven.prado@kcc.usda.gov, steven.prado@kcc.usda.gov
 
Description
This amendment is extending the due date from 8/22/2007 to 8/28/2007. A standard form 30 regarding this amendment will be sent out to each of the contractors that were interested in the solicitation. Question and Answers will also be sent along with sample DTS and 1099 statements. If you do not receive any of the information above please send an e-mail to steven.prado@kcc.usda.gov. **It is imperative for all interested parties to send a request e-mail for an electronic version of the entire solicitation to steven.prado@kcc.usda.gov (The information listed below does not give the full and complete solicitation). 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. Solicitation number AG-645S-S-07-0027 is being issued as a request for proposal. The solicitation and incorporated provisions and clauses are in effect throught the Federal Acquisition Circular. This solicitation is under NAICS Code 541860 (Direct Mail Advertising) and is being competed full and open competition. A.)Items to be Acquired The purpose of this contract is to acquire printing and distribution services for the United States Department of Agriculture (USDA) Farm Service Agency (FSA) on a Firm Fixed Price per Unit contract basis. The Contractor shall provide, in accordance with this contract, all management, supervision, labor, equipment, facility and materials and other items necessary to perform the services defined in Section C of the Statement of Work on a Firm Fixed Price per Unit contract basis. This procurement requires the use of bio-based products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the Federal Bio-based Products Preferred Procurement Program (FB4P). Period of Performance for this Firm Fixed Price per Unit contract will have a base year with an additional four option years which will be exercised at the Governments discretion. B.) Contract Line Item Numbers BASE PERIOD CLIN NUMBER SERVICE UNIT PRICE 001 DTS - Print and Distribute Only (Certified) $EA 002 DTS - Print and Distribute Only (Non Certified) $EA 003 Form 1099 - Print, Distribute, and Provide Image to FSA (Certified) $EA 004 Form 1099 ? Print, Distribute, and Provide Image to FSA (Non-Certified) $EA 005 Form 1099 - Image and Provide to FSA $EA 006 Form 1099 - Print and Distribute (Certified) $EA 007 Form 1099 - Print and Distribute (Non Certified $EA 008 Processing CASS Rejected Addresses $EA OPTION YEAR 1 CLIN NUMBER SERVICE UNIT PRICE 001 DTS - Print and Distribute Only (Certified) $EA 002 DTS - Print and Distribute Only (Non Certified) $EA 003 Form 1099 - Print, Distribute, and Provide Image to FSA (Certified) $EA 004 Form 1099 ? Print, Distribute, and Provide Image to FSA (Non-Certified) $EA 005 Form 1099 - Image and Provide to FSA $EA 006 Form 1099 - Print and Distribute (Certified) $EA 007 Form 1099 - Print and Distribute (Non Certified $EA 008 Processing CASS Rejected Addresses $EA OPTION PERIOD 2 CLIN NUMBER SERVICE UNIT PRICE 001 DTS - Print and Distribute Only (Certified) $EA 002 DTS - Print and Distribute Only (Non Certified) $EA 003 Form 1099 - Print, Distribute, and Provide Image to FSA (Certified) $EA 004 Form 1099 ? Print, Distribute, and Provide Image to FSA (Non-Certified) $EA 005 Form 1099 - Image and Provide to FSA $EA 006 Form 1099 - Print and Distribute (Certified) $EA 007 Form 1099 - Print and Distribute (Non Certified $EA 008 Processing CASS Rejected Addresses $EA OPTION PERIOD 3 CLIN NUMBER SERVICE UNIT PRICE 001 DTS - Print and Distribute Only (Certified) $EA 002 DTS - Print and Distribute Only (Non Certified) $EA 003 Form 1099 - Print, Distribute, and Provide Image to FSA (Certified) $EA 004 Form 1099 ? Print, Distribute, and Provide Image to FSA (Non-Certified) $EA 005 Form 1099 - Image and Provide to FSA $EA 006 Form 1099 - Print and Distribute (Certified) $EA 007 Form 1099 - Print and Distribute (Non Certified $EA 008 Processing CASS Rejected Addresses $EA OPTION PERIOD 4 CLIN NUMBER SERVICE UNIT PRICE 001 DTS - Print and Distribute Only (Certified) $EA 002 DTS - Print and Distribute Only (Non Certified) $EA 003 Form 1099 - Print, Distribute, and Provide Image to FSA(Certified) $EA 004 Form 1099 ? Print, Distribute, and Provide Image to FSA (Non-Certified) $EA 005 Form 1099 - Image and Provide to FSA $EA 006 Form 1099 - Print and Distribute (Certified) $EA 007 Form 1099 - Print and Distribute (Non Certified $EA 008 Processing CASS Rejected Addresses $EA C.) Evaluation Factors M.1 General a. The Government is conducting this source selection in accordance with the competitive negotiation source selection procedures contained in Federal Acquisition Regulation (FAR), part 15. b. In accordance with FAR 52.215 1 (f), the Government intends to award contracts to the responsible offerors whose proposals represent the best value. Per FAR Part 2, best value is defined as the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. The Government will conduct the best value analysis using the factors listed in Section M.3. In performing its best value analysis, the Government will compare any relevant differences among the evaluated proposals to determine which proposal offers the overall best value. This effort will include comparing the strengths, weaknesses and risks associated with each offer. c. The Government intends to evaluate proposals and award contracts without discussions with offerors except clarifications if necessary as described in FAR 15.306(a) and will evaluate each offer on the basis of the offeror's initial proposal. Therefore, the initial proposal should contain the offerors' best terms from a technical and price standpoint. d. When conducting the evaluation, the Government may use data included by offerors in their proposals, as well as data obtained from other sources. Each offeror is responsible for ensuring that the information provided is thorough, accurate, and complete. M.2 Basis for Award The Government will make an award to the offeror whose proposal is determined to represent the best overall value based on the pass/fail criterion and evaluation factors listed in M.3. FSA has established a Technical Evaluation Board (TEB) to evaluate proposals submitted for this acquisition. Proposals will be evaluated by the TEB members in accordance with the procedures contained in FAR part 15, and the Evaluation Factors hereinafter described. Selection of the best value to the Government will be achieved through a process of evaluating the strengths and weaknesses of each offeror?s proposal in accordance with the pass/fail criterion and evaluation factors listed in M.3. In determining the best value to the government after all Pass/Fail criterion are passed, the Cost and Privacy& Security are significantly more important than the Solution & Past Performance. The price evaluation will not be point scored. If all Pass/Fail criterion are passed then the proposal will be then considered, scored and evaluated against the evaluation factors in M.3. M.3 52.212-2 Evaluation ? Commercial Items (Jan 1999) a.) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, pass/fail criterion and other factors considered. All of the Pass/Fail Criterion must be passed in order to be considered for further evaluation and consideration. The following factors will be used to evaluate offers in accordance with the following rating schedules after all Pass/Fail Criterion have been met. i. Privacy and Security (400 pts) - The Government will evaluate the offeror?s privacy and security capabilities which will ensure 100% Government confidentiality for electronic, printed and distributed documents. The Government will evaluate the offeror?s network security and all security measures that are available in order to ensure information is not taken out of the facility. The Offeror who successfully describes and addresses all areas of security and privacy which meets the Government?s requirements that are realistic, relevant and complete, will receive a higher score than offerors who fail to do so. ii. Solution and Past Performance (200 pts) - The Government will evaluate the quality control plan which should address how, in partnership with the government, the offeror will manage and mitigate project risk and project scope. The Government will evaluate the efficiency of the process which will be most efficient to completing the required turn around times for both the Form 1099 and Disbursement Transaction Statements. The Government will evaluate the ease of use and content of the activity tracker and reporting systems that will be utilized to display pertinent information requested by the Government. The Government will evaluate past performance based on phone calls to past customers which demonstrates their capability and capacity to deliver high quality service and solutions. The past performance evaluation will examine the Offeror?s actual performance on at least two (2) efforts. This review will focus on the size, scope and complexity of the efforts, relevance and outcome. The assessment of the Offeror?s past performance will be used as one means of evaluating the credibility of the Offeror?s proposal and the relative capability of the Offeror. A record of marginal or unacceptable past performance may be considered an indication that the ability of the Offeror to perform the contract as proposed may be questionable. An Offeror with an exceptional record of past performance will receive a more favorable evaluation than another whose record is only acceptable. iii. Price ? The Government will evaluate price from lowest to highest. The lowest price will have a more favorable evaluation then a higher price. *Technical and past performance,when combined, are more important than price. Rating - Privacy/Security Description 100% - 90% Proposal is outstanding; greatly exceeds the Government?s minimum requirement. The proposal meets the fullest expectations of the Government by being very comprehensive, in-depth, clear, accurate, innovative, believable, and of the highest quality. Offeror?s proposed capability or proposed effort is of the highest quality and thoroughly justified or substantiated. Internal consistency and no incompatibility with other portions of proposed efforts. Proposal has significant advantage(s) in meeting the RFP requirement(s), which is not offset by disadvantages(s). 89% - 80% Proposal is very good; exceeds the Government?s minimum requirement with one (1) or more strengths and no weaknesses. Offeror?s proposed capability or proposed effort is high quality and is well justified or substantiated. No or very minor inconsistencies or incompatibilities with other portions of proposed efforts. Proposal has an advantage(s) in meeting the requirements of the RFP, which is not offset by disadvantages(s) or has only minor disadvantage(s). 79% - 70% Proposal is acceptable, meets the Government?s minimum requirements with no significant weaknesses. Offeror?s proposed capability or proposed effort is an acceptable level of quality and justified or substantiated. No significant inconsistencies or incompatibilities with other portions of the proposed efforts. Proposal has neither an advantage(s) nor disadvantage(s). 69% - 60% Proposal is marginal, susceptible for improvement and contains weaknesses. Offeror?s proposal fails to meet evaluation standards. Has a low probability of satisfying the requirements. Has significant deficiencies but correctable. Proposal does not have any advantage(s) in meeting the requirements of the RFP and has significant disadvantage(s). 59% and Below Proposal is unsatisfactory. Government?s minimum requirements are not met. The Offeror?s proposal lacks evidence of capability to perform proposed effort. Numerous major inconsistencies and significant disadvantages exist. Proposal has minimal or no chance of success. 1.)A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. M.4 52.217-5 Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government?s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). D.)Clauses 52.212-1 Instructions to Offerors - Commercial Items, 52.212-4 Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Excecutive Orders - Commercial Items applies to this acquisition. All offerors must include a completed copy of the provision of 52.212-3 Offeror Representations and Certifications - Commercial Items Proposals are due on August 22, 2007 at 5:00pm CST and shall be delivered to the following address: Attn: Steven Prado P.O. Box 419205 Mailstop 8388 Kansas City, MO 64141-6205 Handcarried or overnight proposals: Attn: Steven Prado 6501 Beacon Drive Mailstop 8388 Kansas City, MO 64133-4676 NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-AUG-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 25-SEP-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/FSA/KCAOASCAB/AG-645S-S-07-0027/listing.html)
 
Place of Performance
Address: P.O. Box 419205 Kansas City, MO
Zip Code: 64141
Country: UNITED STATES
 
Record
SN01421153-F 20070927/070925231726 (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.