Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
SOLICITATION NOTICE

R -- Genealogical Services

Notice Date
3/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
M00264 MARINE CORPS RCO - NATIONAL CAPITAL REGION 2010 Henderson Rd Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M0026410R0041
 
Response Due
4/7/2010
 
Archive Date
4/22/2010
 
Point of Contact
Ms. Jerri Newton 703-432-1086 Ms. Predeen Aiyelawo, 703-784-1931
 
E-Mail Address
Jerri.Newton@usmc.mil
(Jerri.Newton@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Genealogy Services Combined Synopsis/solicitation: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subparts 12.6, 13.5 and FAR Part 15, 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. (ii) Solicitation # M00264-10-R-0041 is being issued as an Request For Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. A task order will be awarded under CLIN 0001, for 252 cases over a period of 2 years, 1 May 2010 thru 30 April 2012. Funding will be placed on individual task orders. (iii) Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40 effective March 23, 2010. (iv) This is a 100% small business set-aside under NAICS code 561611 and small business size standard $12.5M. (v) Contract Line Item Numbers (CLINS): Base Year0001 - SE Asia (Vietnam), Korea, Cold War Genealogy Services, 252 Cases.Period of Performance: 1 May 2010 - 30 April 2012 0002 - WWII Genealogy Services, Not to Exceed 100 cases per yearPeriod of Performance: 1 May 2010 - 30 April 2011 Option Year 11002 - WWII Genealogy Services, Not to Exceed 100 cases per year.Period of Performance: 1 May 2011 - 30 April 2012 Option Year 22002 - WWII Genealogy Services, Not to Exceed 100 cases per yearPeriod of Performance: 1 May 2012 - 30 April 2013 Option Year 33002 - WWII Genealogy Services, Not to Exceed 100 cases per yearPeriod of Performance: 1 May 2013 - 30 April 2014 Option Year 44002 - WWII Genealogy Services, Not to Exceed 100 cases per year.Period of Performance: 1 May 2014 - 30 April 2015 (vi) Requirement Description: See attached Performance Work Statement (PWS). (vii) Date of Delivery: See CLINs Period of Performance. (viii) The provisions at 52.212-1, Instructions to Offerors - Commercial (June 2008), applies to this acquisition. Addenda to provision 52.212-1:All offerors shall ensure that their submission is limited to no more than 30-pages in total and includes, at a minimum, the following information in response to this RFQ: a.SF1449 (See FAR 52.212-1 - Instructions to Offerors, above)b.Reps and Certs (See FAR 52.212-3 - Offeror Reps & Certs, below)c.Cover Letter, Table of Contents, Technical Narrative, Past Performance; andd.Price for all CLINs for the Base and Option Years Cover Letter: The offeror shall include a cover letter with the name, title and address of the company; name and title of the individual representing the offer; and any amplifying verbiage supporting the offer: This shall not exceed 1-page. Table of Contents: The offeror shall provide a table of contents conforming to the section of their quote. This shall not exceed 1-page. Technical narrative: Technical Capability. The Offeror shall demonstrate their understanding of and explain their approach and procedures for meeting or exceeding the requirements of the PWS. This shall not exceed 15- pages. Past Performance: The offeror shall provide a list of not more than three (3) projects/contracts/orders where the Offeror has successfully contracted for similar requirements in the past two (2) years. Relevant experience should include: (1) previous experience in working with the military in genealogical research of unaccounted for service members from past conflicts, and (2) forensic mitochondrial/nuclear DNA analysis. For each project/contract/order that meets the description, the offeror shall provide the following information: Customer name (agency, bureau, private organization, etc), customer address, project/contract/order number, period of performance for project/contract/order, point of contact including address, phone number, and email address, and type of service delivered. This shall not exceed 3-pages. Pricing information shall provide a total firm fixed price (FFP) for each CLIN. This shall not to exceed 3 pages. (ix) The provisions at 52.212-2, Evaluation - Commercial Items (Jan 1999) apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous and offer the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Capability Factor - The Government will evaluate how well each proposal documents an in-depth understanding of the Marine Corps' process and procedures for locating maternal relatives of Marines unaccounted for from past conflicts. Offerors will be evaluated on their experience/depth of program knowledge in Department of Defense (DoD) policy for locating maternal relatives who are eligible mitochondrial Family Reference Sample donors and requisite skills in successfully locating family members of Marines unaccounted for from past conflicts. Contractor must demonstrate a high level of knowledge of DoD POW/MIA matters, policies, and procedures. POW/MIA matters include, but are not limited to, the Family Reference Sample collection process and Department of Defense Instruction (DoDI) 1300.18, Personnel Casualty Matters, Policies, and Procedures. 2. Past Performance Factor -Available data on all contractors submitting quotes will be reviewed and evaluated. Elements considered will include, but not be limited to, the timeliness of deliverables, quality of deliverables, and adequacy of administrative reporting. Offerors with no past performance will be rated "neutral". 3. Price - The sum of all the CLINs for the base plus option periods shall represent the total price to the Government. The government will compare the proposed firm fixed prices to establish price fairness and reasonableness. Proposed will be evaluated for completeness. 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). A written notice of award or acceptance of offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers unless another time period is specified in an addendum to the solicitation. Note: Technical capability is more important than past performance, when combined, technical capability and past performance, are significantly more important than price. The Government may determine that a superior solution/approach merits a higher price, and therefore represents the best value to the Government. A technically superior proposal that is offered at a greatly excessive price may be determined not to represent the best value to the government. (x) Offeror's shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executives Orders - Commercial items and DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses included (checked): 52.203-3, Gratuities (Apr 1984); 52.219-6, notice of Total Small Business Set-Aside (June 2003)(15 U.S.C.644); 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637 (d)(2) and (3)); 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)); 52.222-3, convict Labor (JUNE 2003) (E.O. 11246); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126); 52.222-26, Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007) (E.O 11246); FAR 52.232-18, Availability of Funds (APR 1984), FAR 52.232-19, Availability of Funds for the Next Fiscal Year (APR 1984), 52.232-33, Payment by Electronic funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332); 252.232-7003, Electronic submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227).DFARS 252.212-7001 Contract terms and conditions required to implement statutes or Executive orders applicable to Defense acquisitions of commercial items (JAN 2009), (checked 52.203-3, Gratuities (APR 1984) and 252.247-7023, Transportation of Supplies by Sea (MAY 2002)), DFARS 252.201-700! 0, Contracting officer's representative (DEC 1991). (xiii) Additional terms and conditions applicable for this contract: 52.216-18, Ordering (insert 1 May 2010 through 30 April 2015), 52.216-19, Order Limitations (insert (a) 252 cases, (b)(1) 752 cases, (b)(2)752 cases,(b)(3) 365, 52.216-22, Indefinite Quantity (insert (d) 30 April 2015). USMC Wide Area Workflow (WAWF) Implementation (Aug 2006). To implement DFARS 252.232-7003, Electronic submission of Payment Request (JAN 2004), the United States Marine Corps (USMC) utilizes WAWF Receipt and Acceptance (WAWF-RA) to electronically process vendor request for payment. This application allows DoD vendors to submit and tract invoices and receipt/allowance documents electronically. The contractor is required to utilize this system when processing invoices and receiving reports under this contract/order, unless the provision at DFARS 252.232-7003(c) applies. The contractor shall (i) ensure an Electronic Business Point of Contact is designated in the https://wawf.eb.mil site, within ten (10) calendar days after award of this contract or modification. Step by step procedures to register are available at the https://wawf.eb.mil site. The USMC WAWF-RA point of contact (POC) for this contract is Ms. Rebecca Mauck, and can be reached at telephone number (703) 784-1928; email address Rebecca.Mauck@usmc.mil. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating do not apply to this RFQ. (xv) Proposals must be received no later than 9:00AM EST, 7 April 2010. (xvi) Proposals should be emailed to the Regional Contracting Office-National Capital Region: Ms. Jerri Newton:Jerri.Newton@usmc.mil and to: QUANTICO.RCONCR.B.FCT@USMC.MIL. PLEASE NOTE: Your subject line must read "Genealogy Services RFP M00264-10-R-0041 from "contractor name."Due to restrictions on the size of email, ensure that all emails submitted are less than 5MB. If the proposal exceeds 5MB, please separate the submission into multiple emails and include in the subject line the RFQ# and # of # emails. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this RFQ. Questions Due Date and Time: Questions concerning this RFQ shall be due to the contracting office no later than, 8:00AM EST, 2 April 2010. All questions shall be submitted electronically (via email) to Jerri.Newton@usmc.mil and QUANTICO.RCONCR.B.FCT@USMC.MIL. Questions and Answers will be posted on NECO after 2 April 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M0026410R0041/listing.html)
 
Record
SN02107151-W 20100401/100330235632-bcb2604c1cf0d0e57983d4a94a5d9698 (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.