Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
MODIFICATION

D -- Knowledge Management Services

Notice Date
9/21/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
681 Hardee Place, West Point, NY 10996
 
ZIP Code
10996
 
Solicitation Number
W911SD-09-T-0296
 
Response Due
9/23/2009
 
Archive Date
3/22/2010
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W911SD-09-T-0296 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 541511 with a small business size standard of $25.00M. This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-09-23 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The USA ACA United States Military Academy requires the following items, Meet or Exceed, to the following: LI 001, Knowledge Management Services. The Contractor shall perform Knowledge Management services in accordance wtih the statement of work, 1, LS; LI 002, Contractor Manpower Reporting (CMR) in accordance with the CMR requirements. FSC: D308 Unit Identification Code (UIC) W1FBAA, 1, EA; For this solicitation, USA ACA United States Military Academy intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA United States Military Academy is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. In additions to your pricing, submit the following.1. Technical Approach. Include resumes as part of your technical approach.2. Reveant Past Performance. Submit relevant, recent past performance. Preferred relevant past performance is having a proven track record delivering complex Microsoft (MS) SharePoint initiatives surrounding automated forms, global calendars, and automated electronic staffing and management workflow processes to DoD (.mil) and/or Federal Government (.gov). Recent is defined a ongoing or completed within the last two years. Provide at least one but not more than three contracts that show your company has done recent, relevant work. Include contract title, a description of the project, and complete current reference contact information to include a point of contact, telephone and/or email address for each of the contracts submitted. The Government may contact references provided and references other than those identified by the quoter regarding the relevancy of the company's work as well as the quality of work and timely performance. The overall past performance evaluation is a subjective decision based on data known or received.If a contractor does not have any relevant and/or recent past performance, then the rating that will apply is neutral.If a contractor's past performance is considered to be somewhat relevant and/or not entirely relevant, the overall rating will not be as high as a company's whose past performance is considered to be entirely relevant and recent. The Government will award a 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. The following factors shall be used to evaluate offrs: Price, Technical Approach, (including resumes), Past Performance. Technical and past performance, when combined, are approximately equal to price.See FAR 52.212-2 in attached solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ45/W911SD-09-T-0296/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN01964201-W 20090923/090922001015-06ab94fab2b14f37ee49b804d0419b15 (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.