Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2010 FBO #3037
SOLICITATION NOTICE

D -- Replacement External Message Handler (REMH)

Notice Date
3/17/2010
 
Notice Type
Cancellation
 
NAICS
541512 — Computer Systems Design 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
HM0177-09-R-0053
 
Archive Date
4/16/2010
 
Point of Contact
Megan E. Hildebrand, 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
N/A
 
Description
This is a combined synopsis/solicitation for non-commercial items. 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 the operations and maintenance support for the Replacement External Message Handler (REMH). This requirement is full and open 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 full and open. Both small and large businesses may submit a quote. 2. Quotes shall be based upon open market pricing. 3. Award shall be made to the offeror that submits the LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) quote. If two or more quotes are equal in all respects, the Government will choose a winner in accordance with FAR Part 14.408-6. 4. Proposals submitted by the Contract shall include a technical/management volume that includes, but not limited to the following: proposed technical approach with work breakdown structure (WBS); identification of cost and technical risks, any proposed subcontractors; management control and oversight. 5. The technical management volume shall have a limit of 25 pages. All cost/price volumes shall be in Excel format (inclusive of formulas) with the appropriate traceability, un-sanitized subcontractor cost proposals, basis of estimate, and a bill of materials. The cost/price volume shall also include proposed price per CLIN; proposed level of effort per labor category; identification of cost; oversight of proposed labor costs (billing rates); mapping of price to WBS and other direct costs (material, travel, etc.); indirect costs (overhead, fringe, G&A, etc.); profit/fee; and total cost. The cost/price volume DOES NOT have a page limit. 6. Submissions should not contain attachments greater than 3MB in size. Such submissions may be excluded. 7. All items shall be delivered to the location referenced in the solicitation in accordance with the delivery schedule cited therein. 8. All questions shall be sent via e-mail correspondence only 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 for questions is Monday 29 March 2010 by 3:00pm. Any questions after the question deadline will not be accepted. 9. All offerors should submit a completed version of 52.209-5, Certification Regarding Responsibility Matters (DEC 2008) (located in the solicitation document). 10. 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. 11. All replacement items must be new - refurbished items will NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/ACT-North/HM0177-09-R-0053/listing.html)
 
Place of Performance
Address: Multiple - See Statement of Work, United States
 
Record
SN02094862-W 20100319/100317234846-eb5a925b1cf1964a63fe3f42c67edfe5 (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.