Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SOLICITATION NOTICE

R -- Outreach, Education & Training Support, Administration, Project Management, and Office Support Services - Amendment 1

Notice Date
3/20/2009
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 West Peachtree ST NW, Ste 2700, Atlanta, Georgia, 30308, United States
 
ZIP Code
30308
 
Solicitation Number
4QCO57094512
 
Archive Date
5/1/2009
 
Point of Contact
Deborah E. Joeckel,, Phone: (205) 731-0135 x205
 
E-Mail Address
deborah.joeckel@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
AN-SPI Conference Support SOW ver2 *** Amendment 01*** Section 12.0, Option to Extend the Term of the Contract, paragraph (c ), is hereby revised to reflect the following: (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. **Synopisis/Solicitation 4QCO57094512** This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.102 (g), with the format in Subpart 12.6, in conjunction with Subpar 13.5, and as supplemented with additional information included in this notice. The Solicitation number is 4QCO57094512 and is issued as a Request for Quotations (RFQ). A Statement of Work describing the requirement is attached. This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-30 dated February 17, 2009. The GSA Federal Acquisitions Services, AASD, requires a contractor to provide technical support for the Air Force Research Laboratory (AFRL) AT/SPI Technology Office (AFRL/SNT) in fulfilling its mission in protecting the Department Of Defense (DoD) computer software against theft, tamper and reverse engineering as well as preventing, deterring, or delaying the exploitation or reverse engineering of critical technologies in US weapon Systems. Place of Performance: The primary place of performance will at the Software Protection Center (SPC) located near Wright-Patterson Air Force Base, Ohio. However, occasional work may be required at the Contractor site. GSA intends to award a Time and Materials purchase order for this requirement. The period of performance is from date of award through March 31, 2010. There will be one base year consisting of 12 months and two option periods, consisting of twelve months for each option period. The total period of performance is estimated at sixty months. The North American Industrial Classification System (NAICS) code is 541990 with a small business size standard of $7,000,000 annual gross receipts. PROVISIONS/CLAUSES: The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-30. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (FEB 2009) applies to this acquisition. The following additional clauses are included: FAR 52.228-3, Workman's Compensation Insurance (Defense Base Act); and FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional clauses are included: FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-1, Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; and FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans. Clause at 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2008)(ALT I) (OCT 2008), (available at www.arnet.gov ), applies to this acquisition. The response must include the prompt payment discount terms; the Dun & Bradstreet number (DUNS), the Taxpayer Identification Number (TIN) and the Offerors Business size. The Offeror must be registered in the Government's Contractor Registry System. If Offeror is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov INSTRUCTIONS/CONDITIONS AND NOTICES TO OFFERORS: COMMERCIAL ITEMS 52.212-1 Instructions to Offerors-Commercial (Nov 2007). The Offeror must complete the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201). In addition to providing pricing for this solicitation, each Offeror must provide any required NON-PRICING responses (e.g. technical proposal, Section 508 representations and NSA compliance certifications, etc.) directly to Deborah.joeckel@gsa.gov. Quote format: Quotes shall be submitted in an 8-1/2" X 11" format with 12 point font and should be organized to correspond with the evaluation factors listed herein. The page limit for the quote submission is twenty (20) single sided pages in Microsoft Word. SUBMIT QUOTES TO: All quotes must be submitted in GSA's electronic system, Information Technology Solutions Shop (ITSS). The website is as follows: http://it-solutions.gsa.gov. Failure to provide quotes by the closing date and time or via ITSS will result in exclusion from consideration. EVALUATION FACTORS FOR AWARD: FAR 52.212-2, Evaluation, Commercial Items (available at www.acquisition.gov under FAR), is being used. The Government will award a purchase order to the Offeror that represents the overall best value to meet the Government's needs. 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, in accordance with FAR 2.101. The best value will be determined by comparing differences in the value of non-price factors with differences in cost to the Government. In making this comparison the Government is more concerned with obtaining superior project planning, outreach, education/training or management features (including past performance and experience) than with making an award at the lowest overall cost to the Government. However, the Government will not make an award at a significantly higher overall cost to the Government to achieve slightly superior project planning outreach, education/training or management features. In other words, price/cost is not expected to be the controlling factor in the selection of a Contractor for this RFQ. However, the degree of importance of cost as a factor could become greater depending upon the equality of the quotes for other factors evaluated. Where competing quotes are determined to be substantially equal after evaluation of all non-cost/price factors, the total cost and other cost factors could become the controlling factor. The following factors, in descending order of importance, will be used to evaluate all offers. All evaluation factors, other than cost or price, when combined, are significantly more important that cost or price. (1) Relevant technical experience and skills/capabilities: Quotations must include a resume. The Offeror must submit documentation of three (3) past or current contracts, purchase orders or delivery/task orders with comparable requirements to the solicited task. If the offeror submits more than three (3) projects then the Government will only review and consider the first three listed in the quote. If the offeror wishes to use the same projects referenced for Past Performance, they may simply reference that section without repeating it. The Offeror shall furnish the contract number, contract type, dollar value, date of award, performance period, and a brief narrative describing the nature and complexity of the work. The offeror shall also describe their effort in the project and its relevance to the solicited task. (2) Past perfor mance: Similar to experience and skill/capabilities. Offerors must submit documentation of three (3) past (completed within the past 36 months) or current contracts, purchase orders, delivery/task orders with comparable requirements to the solicited task. If the offeror submits more than three (3) references then the Government will only review and consider the first three listed in the quote. Past performance information must include a point of contact (name, company name, phone number, fax number and email), contract number, contract type, dollar value, date of award, performance period, and a brief narrative describing the nature and complexity of the work. The offeror shall also describe their effort in the project and its relevance to the solicited task. Past performance will be evaluated as a measure of the Government's confidence in the offeror's team's ability to successfully perform this project based on demonstrated relevant and recent performance. The Government may use data provided by the offeror and data obtained from other sources that it considers current, accurate and relevant. In evaluating past performance, the Government will review "how well the offeror has performed" on other relevant comparable projects. (3) Cost: Quotations must include an hourly rate and skill/labor category, skill mix, number of hours per skill, travel, and any other direct costs. In determining the total price reasonableness, the Government will consider the level of effort and the mix of labor proposed to perform the purchase order requirements. Options: Except when it is determined in accordancewith FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate quotes 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). Quote Submission: All quotes must contain the information described above. Failure to provide any of the above will result in exclusion from consideration. Questions relating to this RFQ must be submitted via email to Deborah.joeckel@gsa.gov Quotations are due March 26, 2009 by 3:00 PM CST and may be submitted to GSA/FAS/AASD, Attn: Deborah E. Joeckel via email: Deborah.joeckel@gsa.gov or via fax at 205-731-0138. All responsible sources may submit a response, which if timely received, shall be considered by the agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f17f421740f89483e7e55d8be8fd3735&tab=core&_cview=1)
 
Place of Performance
Address: Air Force Research Laboratory (AFRL) AT/SPI Technology Office (AFRL/SNT), Dayton, Ohio, United States
 
Record
SN01774618-W 20090322/090320221256-f17f421740f89483e7e55d8be8fd3735 (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.