Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2010 FBO #3031
MODIFICATION

R -- Procurement of ISO Certification Services - Amendment 2

Notice Date
3/11/2010
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Acquisition Technology (ACT), ACT Mail Stop P-158, 12310 Sunrise Valley Road, Reston, Virginia, 20191-3449
 
ZIP Code
20191-3449
 
Solicitation Number
HM0177-10-R-0010
 
Archive Date
4/2/2010
 
Point of Contact
Megan E. Virtue, Phone: 301-227-7818, Scott L. Stallsmith, Phone: 301-227-7842
 
E-Mail Address
Megan.Hildebrand@nga.mil, scott.l.stallsmith@nga.mil
(Megan.Hildebrand@nga.mil, scott.l.stallsmith@nga.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised Solicitation SECTION 3.8 OF THE SOLICITATION IS HEREBY MODIFIED TO INSERT THE NAME OF THE CONTRACTOR UNDER PROVISION 5X52.209-9004 - USE OF CONTRACTOR SUPPORT (OCT 2009). (MODIFIED 11 MARCH 2010) _________________________________________________________ SECTION 3.8 OF THE SOLICITATION IS HEREBY ADDED TO INCLUDE PROVISION 5X52.209.9004 - USE OF CONTRACTOR SUPPORT (OCT 2009). THE PROVISION MAY BE VIEWED IN THE REVISED ATTACHMENT OF THE SOLICITATION. (11 MARCH 2010) ___________________________________________________________________ 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38. The National Geospatial-Intelligence Agency (NGA) has a requirement for initial and continued ISO Certification to the ISO 9000:2008 standards. This requirement is being set aside for small businesses and competed solely through the Government Point of Entry (www.fbo.gov). The specific requirement and associated contract clauses are included with this synopsis/solicitation and are viewable via attachment #1. Offerors must sign in to the FBO website to view the attachment. An MPIN may also be required. All vendors interested in submitting a quote for consideration should do so, prior to the soliciation closing date, via E-MAIL ONLY to the point of contact(s) listed in this solicitation. Quotes not submited via e-mail will NOT be evaluated. All submissions should be in accordance with the stipulations set forth below: 1. This solicitation is a Request for Quotes and is set aside for small businesses. Quotes from Other than Small Business (OSB) shall not be considered. 2. Quotes shall be based upon open market pricing. 3. Offerors shall submit proposals inclusive of a Technical Volume and a Cost Volume (Prime cost proposal and if applicable an un-sanitized cost proposal of proposed Subcontractors), no later than 12:00pm EST, Thursday 18 MARCH 2010. ALL PROPOSALS SHALL BE SUBMITTED VIA E-MAIL ONLY. PROPOSALS SUBMITTED ANY OTHER WAY BUT E-MAIL WILL BE ELIMINATED. Proposals shall be valid up to 90 days. 4. Submissions should not contain attachments greater than 3MB in size. Such submissions may be excluded. 5. All items shall be delivered to the location referenced in the solicitation in accordance with the delivery schedule cited therein. 6. All questions should be in writing, directed to Contracts Specialist Megan Hildebrand at Megan.Hildebrand@nga.mil. All questions (and their answers) will be posted on the FBO website to provide equal access to information for all potential offerors. THE DEADLINE DATE FOR QUESTIONS IS TUESDAY 16 MARCH 2010. 7. All offerors should submit a completed version of 52.212-3, Offeror Representations and Certifications (attached). 8. All vendors must propose the NAICS code specified in the solicitation. Those vendors who submit a quote not in accordance with the NAICS code will be eliminated from the competition. 9. All items quoted must be new - refurbished items will NOT be accepted. Evaluation Factors (a) 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 Government shall make an award to the offeror that submits the LOWEST PRICED TECHNICALLY ACCEPTABLE (LPTA) proposal. Technical acceptability shall be determined against the minimum specifications set forth in the attached Statement of Work entitled, "Office of Targeting & Transnational Issues (PR) Statment of Work for ISO 9001:2008, Procuring a Certification Body". (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).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/ACT-North/HM0177-10-R-0010/listing.html)
 
Place of Performance
Address: Multiple Locations - See Statement of Work, United States
 
Record
SN02089276-W 20100313/100311234707-135891c856cc9855cac514a688e8b486 (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.