Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
DOCUMENT

R -- OJP/CCDO Training and Technical Assistance - Data Management - Amendment 1 - Amendment 2

Notice Date
8/28/2008
 
Notice Type
Amendment 2
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Justice, Office of Justice Programs, OJP/Acquisition Management Division, 810 Seventh Street NW, Washington, District of Columbia, 20531
 
ZIP Code
20531
 
Solicitation Number
OJP_RFQ2008Q065
 
Response Due
9/3/2008 3:00:00 PM
 
Archive Date
9/18/2008
 
Point of Contact
Martha E. Bullock,, Phone: 2023532415, Raymond R German,, Phone: 202-307-0613
 
E-Mail Address
martha.bullock@usdoj.gov, raymond.german@usdoj.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number OJP 2008Q065 is issued as a request for quotation. The North American Industry Classification Code (NAICS) is 541618. The Office of Justice Programs, Community Capacity Development Office (CCDO) requires as contractor to continue Training and Technical Assistance (T/TA) enhancements in support of CCDO's mission. The existing CCDO T/TA program, crime prevention and intervention efforts, serves to: • Plan and develop programs to prevent and respond to criminal justice issues through building community capacity training and technical assistance (including on-site) on various topics for Weed and Seed sites; • Develop the skills of site coordinators; steering committee members and community residents; • Identify and disseminate information about techniques and methods proven effective in building community capacity and revitalize neighborhoods; • Support jurisdictional teams that assist State and Local agencies working directly with high-risk and delinquent youth. Award shall be made on a best value basis. Best value evaluation factors include the following (Attachment 1): 1. past performance 2. corporate experience 3. proposed staffing 4. technical understanding 5. quality control 6. management approach 7. transition plans 8. price The evaluation shall be based on used of the adjectival rating scheme as follows: Exceptional; Acceptable; Marginal and Unacceptable. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-26. The provisions and clauses may be downloaded at http://arnet.gov.far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial; FAR 52.212-2, Evaluation of Commercial Clauses; FAR 52.213.4 Terms and Conditions - Commercial Items. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov. The Government shall award a time-and-materials contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. FAR 52.212-3, Offeror Representatives and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; FAR 52.204-9, Personal Identity Verification of Contractor Personnel. All interested contractors must be actively registered in CCR and provide a completed copy of the Offeror Representations and Certifications with their offer. Interested contractors are invited to review the attached statement of work entitled, "CCDO T/TA: Data Management" dated 08/07/2008 (Attachment 2) and provide a written and electronic responses to be received not later than 12:00 p.m., Wednesday, September 03, 2008 addressed to Martha E. Bullock, Contracting Officer, USDOJ/OJP/AMD, 810 Seventh Street, NW, Washington, DC 20531 and to Martha.Bullock@usdoj.gov. Vendor questions/clarifications will be accepted through 1:00 p.m., Friday, August 22, 2008 via email only. Vendors must identify the solicitation number in the subject line of the email. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transit the quotation signed by an individual authorized to commit the organization. Each response shall be on 8 ½ inch x 11-inch paper, 1 inch margins throughout, in a commercially standard font not smaller than 12 pitch font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The offer, including the letter of transmittal, shall be limited to 21 single-sided pages. Submit offers arranged in the following sections: 1. Section I - Technical covers the seven evaluation factors as follows: 1. past performance table and narrative (3 pages); 2. corporate experience (3pages); 3. staffing plan (1 page); 4. technical understanding (8 pages); 5. quality control (2pages); 6. management plan (2pages); 7. transition plans (2pages). 2. Section II - Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance. The questionnaire does not count toward the 21 page technical proposal limit; and 3. Section III - Price, Time and Materials for the required T/TA consulting support services. The price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the proposed price. Award shall be made to the contractor who offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. Attachments 1. Evaluation Factors 2. Statement of Work 3. Past Performance Questionnaire 4. Additional Agency specific terms/conditions 5. Industry Day Attendees 6. CCDO T/TA Provider
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=73164f250ed3717d4cb2f845bed83b6f&tab=core&_cview=1)
 
Document(s)
Amendment 2
 
File Name: Solicitation Questions and Clarifications (2008Q065 Questions and Clarifications.doc)
Link: https://www.fbo.gov//utils/view?id=9fee5b604561a95fa1671f7cfdbb74a2
Bytes: 28.50 Kb
 
File Name: Budget template (Cost Proposal Template.doc)
Link: https://www.fbo.gov//utils/view?id=12a32459de6167fc42e0025d1700d9f6
Bytes: 30.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: tbd, United States
 
Record
SN01654148-W 20080830/080828222157-bc64bbaf00512919606e042a5fecb0df (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.