Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2009 FBO #2783
SOLICITATION NOTICE

R -- Education Outreach Program - Statement of Work and Pricing Template

Notice Date
7/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NCNA2600-9-05440(A)
 
Archive Date
8/4/2009
 
Point of Contact
Catherine A. Perren, Phone: 301-713-0820, 126
 
E-Mail Address
catherine.a.perren@noaa.gov
(catherine.a.perren@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Template for Education Outreach Program Statement of Work for Education Outreach Program This is a combined synopsis/solicitation for commercial items in accordance with Part 12 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested; a written solicitation shall not be issued. The National Ocean Service (NOS) (http://www.nos.noaa.gov/) is a line office of the National Oceanic and Atmospheric Administration (NOAA) which is a bureau of the United States Department of Commerce. The mission of NOS is broad and includes a variety of educational services in support of coastal ocean natural resource stewardship. Within NOS are program offices that are charged with carrying out the NOS mission. The NOS Communication and Education Division (CED) is responsible for a variety of duties including internal and external communications, technical support, education, and development of partnerships. The purpose of this contract is to satisfy education support service requirements of NOS and NOAA. Users of this contract may include NOS program and staff offices, or other NOAA offices that collaborate with NOS on projects or activities. NOS will embark on a multiyear program to expand the availability of its science content through delivery mechanisms that are of direct use to students and teachers in classroom settings. This partnership will bring together the educational and communication expertise of the vendor with NOAA scientists and education experts. Prospective venders must be able to develop web tools that leverage NOAA educational products, engage extensive networks of science teachers, provide professional education expertise and support in the development of new virtual training, evaluate products and provide publication, conference and other promotion support to NOAA offices and programs. A Statement of Work is attached. The Government anticipates an award of a Blanket Purchase Agreement (BPA) in which Fixed Price calls will be ordered. This requirement is 100% set-aside for Small Businesses. The applicable NAICS is 611710, Education Support Services. The applicable size standard is $7.0M. The Solicitation NCNA2600-9-05440 is a request for a Technical Proposal and Price Quote. The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-34. Offerors are required to check Federal Business Opportunity website: www.fbo.gov for any amendments to this combined Synopsis/Solicitation. All questions must be in writing and received by the DOC/NOAA Contracting Office not later than 12 pm noon, July 14, 2009 EST. No telephonic request will be entertained. All responses to questions will be posted by way of an amendment to this combined Synopsis/Solicitation. The email address for submission of all questions is catherine.a.perren@noaa.gov Questions must be addressed to the Contract Specialist only. I. PROPOSAL SUBMISSION REQUIREMENTS: Interested firms shall provide an electronic quotation via email no later than 11:00 AM Eastern Time, July 20, 2009, addressed to Catherine Perren, catherine.a.perren@noaa.gov, Contract Specialist. The quotation shall be limited to twenty pages. Firms shall submit a complete quotation. Quotations that are not substantially complete may be returned. Quotations shall remain valid for 90 days. A one-page letter shall transmit the quotation signed by an individual authorized to commit the organization. The one-page transmittal letter shall count toward the page limit. The quotation shall contain all content and shall be sized to permit electronic receipt. The relevant schedule contract shall be submitted and shall not count as part of the page limit. Any resultant order shall include the provisions of the schedule contract and any additional terms relevant to this Request for Quotation (RFQ). Any terms required by public law, executive order, or federal acquisition regulations in effect at the time of execution of the order, whether identified or not, are included. Each prospective contractor shall register with the U.S. Government through the Central Contractor Registration (CCR). The Central Contractor Registration (CCR) is the primary vendor database for the U.S. Federal Government. The Government reserves the right to make no award and shall not be liable for any costs incurred in response to this solicitation. The Government will evaluate quotes in accordance with the evaluation factors set forth in this RFQ. The information provided shall be concise, specific, and complete, and shall demonstrate a thorough understanding of the requirements of this RFQ. Additionally, the firm shall demonstrate a reasonable relationship between the requirement and the price for that requirement. Firms shall offer to perform all requirements. Offers of partial performance may be rejected. Each quotation shall be submitted in a commercially standard font. Each page in the quotation shall be separately numbered. The quotation shall not include brochures, newsletters, or other marketing materials. Submit quotations arranged in two sections as follows: Section I - Technical • Nature of the Firm o Primary shareholders o Ownership form o Management  Description of organization  Relationship of this program  Reporting chain of command  o Location  Primary or headquarters location  List of relevant offices and roles  Method for servicing relevant Government locations o Business Summary  Revenue for prior three years by year  Net Income for prior three years by year  Employees for prior three years by year  Accounting year definition  DUNS Number  CCR Registration Status  Small business status based on applicable NAICS code  Tax Identification Number  Firm Points of Contact: Names, Phone, Email, Fax  Banking Relationship - Name, Phone, Email, Fax  Maximum amount authorized under line of credit  Amount outstanding under line of credit  Has your firm been suspended or debarred within the past three years?  Does your firm owe the Government for any contract or claim?  Does your firm have any contingent liabilities?  Is your firm currently receiving Government financing?  Does your firm have any judgments, liens, or pending suits?  Has your firm filed for bankruptcy within the past three years? • Approach o Approach to perform and manage the work o Knowledge of organization o Capacity and Resources o Project management and accounting of cost, schedule, and performance • Past Performance and Prior Experience o Describe at least three (3) projects performed well in the last o three years relevant to this project. Include the following data. Client Name Address Phone Number Fax Number Point of Contact for the Project Email Address of the Point of Contact Project Performance Period Dollar Value of the Entire Project Name of Project/Contract Number For each project, provide a narrative account of the work performed and include the following elements: 1. Summary of the project, 2. Expanded description of work performed and results achieved, 3. Description of methods, tools, and processes utilized in performance, 4 Adherence to project schedule and cost, 5. Problems encountered and corrective actions taken, 6. Identification of the relevance in scope and complexity to this project. SUBSTITUTION FOR CORPORATE EXPERIENCE: If corporate experience does not exist, the firm may substitute relevant projects of predecessor companies, key personnel, or of subcontractors who will be performing the required work. If the firm chooses to make this substitution, the project descriptions must clearly so state, identifying the entity, personnel, or subcontractor that performed the services. Section II - Business and Pricing • Price o Complete Attached Pricing Template Firms shall disclose their business practices and prices in a format that provides sufficient information for the Contracting Officer to make a determination of fair and reasonable pricing. Include payment terms in the quotation. Basis for Award The objective of the process is to select the offer that is the best value to the Government. All evaluation factors and their relative importance are set forth in the solicitation. The evaluation factors are listed in order of importance. While Price will not receive an adjectival rating, it will be evaluated. Award will be based on an integrated assessment of offers using all factors in the solicitation. Award may be made based on initial submissions. Contractor Responsibility It is the policy of the Department of Commerce that contracts be awarded only to responsible prospective contractors. To be determined responsible, a prospective contractor shall: • Have adequate financial resources to perform the contract or have the ability to obtain them; • Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; • Have a satisfactory performance record; • Have a satisfactory record of integrity and business ethics; • Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them including, as appropriate, such elements as production control procedures, property control systems, and quality assurance measures applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors. • Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them; • Be otherwise qualified and eligible to receive an award under applicable laws and regulations.  Evaluation Award will be made to the responsible Contractor that offers the best value to the Government. The quote will be evaluated based on the factors set forth below. The factors are listed in order of importance. • Technical Approach - The likelihood of effectively meeting requirements; • Past Performance - The quality of performance on past contracts; • Price - The amount, realism, and balance of the evaluated price The evaluation will be based on use of an adjectival scheme as follows: • Excellent (E) - Very good of its kind; eminently good, superior or first class • Good (G) - Beneficial and worthwhile; sound and valid • Adequate (A) - Reasonably sufficient and suitable • Marginal (M) - Minimally suitable at the lower limit • Unsatisfactory (U) - Not acceptable, not adequate to carry out • A BPA will be awarded to the offeror(s) deemed responsible in accordance with FAR 9.104, as supplemented, whose proposal conforms to the Solicitation's requirements and is judged to represent the best value to the Government. IV. SOLICITATION PROVISIONS AND CONTRACT CLAUSES CAR 1352.239-73 Security Requirements For Information Technology Resources (October 2006) (a) Applicability. This clause is applicable to all contracts that require Contractor electronic access to Department of Commerce sensitive non-national security or national security information contained in systems, or administrative control of systems that process or store information, that directly support the mission of the Agency. (b) Definitions. For purposes of this clause the term "Sensitive" is defined by the guidance set forth in: (1) Sensitive information "... any information, the loss, misuse, or unauthorized access, to or modification of which could adversely affect the national interest or the, conduct of federal programs, or the privacy to which individuals are entitled under section 552a of title 5, United States Code (The Privacy Act), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense or foreign policy." (2) For purposes of this clause, the term "National Security" is defined by the guidance set forth in: �� The DOC IT Security Program Policy and Minimum Implementation Standards, Section 4.3 (http://www.osec.doc.gov/cio/ITSIT/DOC-IT-Security-Program-Policy.htm). �� The DOC Security Manual, Chapter 18 (http://home.commerce.gov/osy/SecurityManual/Security%20Manual%20Contents2.pdf). �� Executive Order 12958, as amended, Classified National Security Information. Classified or national security information is information that has been specifically authorized to be protected from unauthorized disclosure in the interest of national defense or foreign policy under an Executive Order or Act of Congress. (3) Information technology resources include, but are not limited to, hardware, application software, system software, and information (data). Information technology services include, but are not limited to, the management, operation (including input, processing, transmission, and output), maintenance, programming, and system administration of computer systems, networks, and telecommunications systems. (c) The Contractor shall be responsible for implementing sufficient Information Technology security, to DOC data, or to connect to DOC networks, must comply with the requirements contained in the DOC Information Technology Management Handbook (http://www.osec.doc.gov/cio/cio_it_policy_page.htm. (e) Contractor personnel requiring a user account for access to systems operated by the Contractor for DOC or interconnected to a DOC network to perform contract services shall be screened at an appropriate level in accordance with Commerce Acquisition Manual 1337.70, Security Processing Requirements for Service Contracts. (f) Within 5 days after contract award, the Contractor shall certify in writing to the COR that its employees, in performance of the contract, have completed initial IT security orientation training in DOC IT Security policies, procedures, computer ethics, and best practices, in accordance with DOC IT Security Program Policy, chapter 15, section 15.3. The COR will inform the Contractor of any other available DOC training resources. Annually thereafter the Contractor shall certify in writing to the COR that its employees, in performance of the contract, have completed annual refresher training as required by section 15.4 of the DOC IT Security Program Policy. (g) Within 5 days of contract award, the Contractor shall provide the COR with signed acknowledgement of the provisions as contained in Commerce Acquisition Regulation (CAR), 1352.209-72, Restrictions Against Disclosures. (h) The Contractor shall afford DOC, including the Office of Inspector General, access to the Contractor's and subcontractor's facilities, installations, operations, documentation, databases, and personnel used in performance of the contract. Access shall be provided to the extent required to carry out a program of IT inspection, investigation, and audit to safeguard against threats and hazards to the integrity, availability, and confidentiality of DOC data or to the function of computer systems operated on behalf of DOC, and to preserve evidence of computer crime. (i) For all Contractor-owned systems for which performance of the contract requires interconnection with a DOC network or that DOC data be stored or processed on them, the Contractor shall provide, implement, and maintain a System Accreditation Package in accordance with chapter 6 of the DOC IT Security Program Policy. Specifically, the Contractor shall: (1) Within 14 days after contract award, the contractor shall submit for DOC approval a System Certification Work Plan, including project management information (at a minimum the tasks, resources, and milestones) for the certification effort, in accordance with DOC IT Security Program Policy, Section 6.5.2. The Certification Work Plan, approved by the COR, in consultation with the DOC IT Security Officer, or Agency/Bureau IT Security Manager/Officer, shall be incorporated as part of the contract and used by the COR to monitor performance of certification activities by the contractor of the system that will process DOC data or connect to DOC networks. Failure to submit and receive approval of the Certification Work Plan may result in termination of the contract. (2) Upon approval, the Contractor shall follow the work plan schedule to complete system certification activities in accordance with DOC IT Security Program Policy section 6.2, and provide the COR with the completed System Security Plan and Certification Documentation Package portions of the System Accreditation Package for approval and system accreditation by an appointed DOC official. (3) Upon receipt of the Security Assessment Report and Authorizing Official's written accreditation decision from the COR, the Contractor shall maintain the approved level of system security as documented in the Security Accreditation Package, and assist the COR in annual assessments of control effectiveness in accordance with DOC IT Security Program Policy, section 6.3.1.2. (j) The Contractor shall incorporate this clause in all subcontracts that meet the conditions in paragraph (a) of this clause. NOTE: The contractor is not using government-owned systems. However, the contractor may be tasked to provide files for enhancements on government web sites. The contractor will not be processing or storing privileged access information (i.e. non-public) in carrying out the tasks of this contract. The C&A requirements of clause 73 do not apply, and a Security Accreditation Package is not required. The following clauses from the Federal Acquisition Regulation (FAR) apply to this synopsis/solicitation 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation Commercial Items 52.212-3 Offeror Representations and Certifications -Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders---Commercial Items (5, 15, 16, 18, 19, 20, 31, and 36) 52.219-14 Limitations on Subcontracting 52.222-46 Evaluation of Compensation for Professional Employees 52.229-1 State & Local Taxes 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.arnet.gov/FAR/ In accordance with FAR 13.303-3(a),   The following is applicable to the resulting BPA: BPA Terms and Conditions (1) Description of Agreement. The vendor shall furnish the services described in the Statement of Objective, Attachment A and all subsequent projects derived from the Statement of Objective to this Synopsis/Solicitation Notice if and when requested by the Contracting Officer (or the authorized representative of the Contracting Officer) during the effective ordering period: Date of Award through _ 60 Months _____ and within an aggregate amount not to exceed a period of: 60 Months Requests for supplies or services will be made: _ _ orally or in writing _X_ in writing only. This Blanket Purchase Agreement is considered complete and no additional calls are authorized when the purchases under it equal _$2.5M _, or when its stated time period expires whichever occurs first. (i). Supplies or services to be furnished: _X_ Services shall consist of educational support services as described in Attachment A. __ (ii). Price Lists: If this block is checked, the supplier shall furnish firm price lists (2) Extent of Obligation. The Government is obligated only to the extent of authorized purchases actually made under this Blanket Purchase Agreement. (3) Purchase Limitation. Each individual purchase made under this Blanket Purchase Agreement shall not exceed the single call limit specified in the letter designating personnel authorized to place calls against the Blanket Purchase Agreement or ___Not Applicable__ _, whichever amount is lower without the express verbal or written authorization of the Contracting Officer. (4) Individuals Authorized to Purchase under this Blanket Purchase Agreement. If in addition to the Contracting Officer, other individuals are authorized to place calls against this Blanket Purchase Agreement, the Contracting Officer will provide the supplier with a list of these individuals. The list will include each individual's name, organization, telephone number and the monetary limit for each call to be placed. (5) Delivery Tickets. Delivery tickets or sales slips that shall accompany all supplies or services furnished under this Blanket Purchase Agreement (except those for newspapers, magazines, or other periodicals) and shall contain the following minimum information: N/A (6) Invoices. The supplier shall submit invoices in accordance with the block that is checked below. Each invoice submitted shall be an original furnished to the Contracting Officer's Representative (COR) and 1 copy to the Contracting Office. The supplier's failure to submit a proper invoice may preclude or delay payment. Invoices shall be submitted to: COR: To be provided upon award. Contracting Officer: to be provided upon award. _X _ (i) Summary invoice shall be submitted at least monthly or upon expiration of this Blanket Purchase Agreement, whichever occurs first, for all services made during a billing period for which payment has not been received, identifying the BPA Order Number, stating the total dollar value, and supported by the specific services provided. _ _ (ii) Itemized invoice per Order shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. These invoices need not be supported by copies of delivery tickets. However, the invoices must itemize the CLINs, on the Order, to which billing is occurring against _ __ (iii) Individual invoice for each delivery may be submitted by the supplier; however, these invoices shall be accumulated by the supplier and submitted at the end of each billing period. By submitting individual invoices for each delivery, the supplier understands and agrees that: (A) One consolidated payment will be made for each specified period; and (B) The period of any discounts will commence on the final date of the billing period or on the date of receipt of invoices for all deliveries accepted during the billing period, whichever is later. _______(iv) Invoice for subscriptions or other charges for newspapers, magazines, or other periodicals shall show the starting and ending dates and shall state either that ordered subscriptions have been placed in effect or will be placed in effect upon receipt of payment. (v) Billing Period: The billing period for this Blanket Purchase Agreement is The first day of the month through the last day of the month, the Contractor shall invoice once per month on a consistent date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NCNA2600-9-05440(A)/listing.html)
 
Record
SN01868263-W 20090710/090708235434-eb4234908c53b8974f250396f4050e14 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.