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
MODIFICATION

R -- Electronic Records Management

Notice Date
3/17/2010
 
Notice Type
Modification/Amendment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Shaw AFB, South Carolina, 29152, United States
 
ZIP Code
29152
 
Solicitation Number
FA4803-10-Q-A094
 
Archive Date
4/10/2010
 
Point of Contact
Daniel P. Kane, Phone: 803-895-5354, Ronald P. Alexander, Phone: 8038955392
 
E-Mail Address
daniel.kane@shaw.af.mil, ronald.alexander@shaw.af.mil
(daniel.kane@shaw.af.mil, ronald.alexander@shaw.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Combined Synopsis / Solicitation- Electronic Records Management (ERM) General Information Document Type: Combined Synopsis / Solicitation Solicitation Number: FA4803-10-Q-A094 Posted Date: 8 March 2010 Original Response Date: 17 March 2010 Current Response Date: 26 March 2010 Classification Code: 7021 Applicable Set Aside: 100% Service-Disabled Veteran Owned Small Business NAICS Code: 518210 - Data processing, hosting, and related services This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) - Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, written quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-38, Department of Defense Acquisition Regulation Change Notice 20100301, and Air Force Acquisition Circular (AFAC) 2009-1030. The solicitation number for this procurement is FA4803-10-Q-A094 and is issued as a Request for Quotation (RFQ). For informational purposes the North American Industry Classification System Code is 518210 - Data processing, hosting, and related services. The business size is $25.0M. This is a firm fixed price procurement, and award selection will be made based on price and other factors. Please see the Evaluation / Award section below for further information, as referenced in accordance with FAR 52.212-2 -- Evaluation -- Commercial Items. NOTE: This is a 100% Service-Disabled Veteran Owned Small Business set-aside. Description of Requirement: The contractor shall develop and provide a solution for an electronic records management (ERM) repository for transferring paper records to electronic files. The contractor shall take into consideration tools currently available to United States Air Force Central Command (USAFCENT) such as SharePoint and similar Air Force tools (see the attached Performance Work Statement-PWS) for electronic records management. The contractor shall assess the capabilities of these tools and their potential to improve/streamline the records management collection and storage processes. The solution provided must include the development of the ERM system, and all necessary supervision, labor, and implementation as required by the attached PWS dated 29 December 2009. NOTE: Please see the attached Updated Performance Work Statement. The solution will include training for up to ten personnel. The purpose of this requirement is for the development, implementation, and training of up to 10 personnel. The training is not expected to exceed more than 15 business days to accomplish. In addition, offerors are required to comply with the South Carolina Wage Determination number 2005-2475, Revision 9, Date of revision: 07/22/2009 (see attachment 2) for further information. Service will be performed at Shaw Air Force Base, 611 Lark Road, Building 1941, Shaw AFB, South Carolina, 29152. Addendum to FAR 52.212-1 - INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD, BUT WILL BE DEEMED INCORPORATED BY REFERENCE. 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS A. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts: PART I - Technical/Past Performance PART II - Price Proposal B. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 13.103-6 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. C. Specific Instructions: 1. PART I - TECHNICAL/PAST PERFORMANCE INFORMATION - Technical proposals must be submitted in writing, and will include two sections: Approach (limited to two {2} pages) and Resumes (limited to one (1) page) of personnel that will be available should an award be made. The Approach portion of your proposal shall not simply restate PWS requirements, but shall include your approach in fulfilling requirements. Submit original and two (2) copies. 2. PART II - PRICE PROPOSAL - Submit original and one (1) copy Technical/Past Performance shall be evaluated collectively and are collectively significantly more important than Price. However, an integrated assessment will be made for best-value determination for the Government. The contractor's proposal must include a price section and a technical section. Past performance will be evaluated based on past performance included in the proposal. The Price section shall include all cost inclusive of programs necessary to accomplish tasks in the Performance Work Statement (PWS). The proposal will include a monthly price for the number of months of service necessary to complete the proposed project. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be handled in accordance with FAR 52.212-1(f). Evaluation / Award: FAR PART 52 Acquisition of Commercial Items Provisions and Clauses 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (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 following factors shall be used to evaluate offers: 1. Technical Capability 2. Past Performance 3. Price Provisions and Clauses: Please go to the hyperlink http://farsite.hill.af.mil, to download the following FAR, DFARS, and AFFARS clauses hereby incorporated by reference. FAR 52.203-12 -- Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-4 -- Printed or Copied Double-Sided on Recycled Paper FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 -- Instructions to Offerors -- Commercial Items FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items Note: If your company is in ORCA, you do not have to complete the forms as necessary and submit them along with your pricing information. FAR 52.212-4 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items paragraphs (b) (5) (15) (16) (17) (18) (19) (20) (21) (24) (25) (33) (36) and (38) FAR 52.223-6 -- Drug-Free Workplace FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires FAR 52.222-43 -- Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts FAR 52.233-3 -- Protest After Award; FAR 52.233-4 -- Applicable Law for Breach of Contract Claim; FAR 52.242-13 -- Bankruptcy FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference FAR 52.252-2 -- Clauses Incorporated by Reference FAR 52.252-6 -- Authorized Deviations in Clauses DFARS 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 -- Control of Government Personnel Work Product DFARS 252.204-7004 -- Alternate A DFARS 252.209-7004 -- Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION) paragraphs (a) (b) (1) (19) (21) (23)(i) DFARS 252.225-7001-- Buy American Act and Balance of Payment Program DFARS 252.225-7002 -- Qualifying Country Sources as Subcontractors DFARS 252.232-7010 -- Levies on Contract Payments DFARS 252.243-7001 -- Pricing of Contract Modifications AFFARS 5352.201-9101 -- Ombudsmen (see below POC): Eric Thaxton 129 Andrews Street Langley AFB, VA 23665 Email: eric.thaxton@langley.af.mil Phone: (757)764-5372, Fax: (757)764-4400 The following FAR, DFARS, and AFFARS are incorporated in full text as applicable: FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires As prescribed in 22.1006(b), insert the following clause: Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Computer Systems Program Analysis III GS-2210 09 Step 05 $25.77 General Clerk II GS-0303 05 Step 02 $15.51 (End of Clause) FAR 52.233-2 -- Service of Protest As prescribed in 33.106, insert the following provision: Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Mr. Ronald P. Alexander 20th Contracting Squadron 321 Cullen Street Shaw Air Force Base, SC. 29152 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.dlsc.dla.mil or by calling the CCR Registration Center at 1-888-227-2423. Registration in Wide Area Work Flow (WAWF) is mandatory for submitting invoices. Quotation Points of Contact: All offers are due no later than 17 March at 2:00 p.m. EST. All Quotes shall contain all documentation specified herein. The method for sending Quotations is by email. Primary POC: Mr. Daniel Kane, phone (803) 895-5354, Email: daniel.kane@shaw.af.mil. Alternate POC: Mr. Ronald Alexander phone (803) 895-5392. Email: ronald.alexander@shaw.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/20CONS/FA4803-10-Q-A094/listing.html)
 
Place of Performance
Address: Building 1941, 611 Lark Road, Shaw Air Force Base 29152, Shaw AFB, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN02095047-W 20100319/100317235044-039b00e1222f26862fa9ee12b4bc25d9 (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.