Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2010 FBO #3078
SOLICITATION NOTICE

D -- IT Services - Statement of Work

Notice Date
4/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
DG133W-10-RQ-0528
 
Archive Date
5/27/2010
 
Point of Contact
Pauline Jaffe, Phone: 301-713-0838 178, Edward F. Tennant, Phone: 301-713-0828 x117
 
E-Mail Address
pauline.jaffe@noaa.gov, ed.f.tennant@noaa.gov
(pauline.jaffe@noaa.gov, ed.f.tennant@noaa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
IT Support Services This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Subpart 13.5, as applicable, and 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. The solicitation number is DG133W-10-RQ-0528 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39, effective on March 19, 2010. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 and the small business size standard is $25 Million. This procurement is set-aside for Service Disabled Veteran Owned Small Businesses. Item 0001: IT Services (on a firm-fixed-price level-of-effort basis) in accordance with the attached Statement of Work. Unit of measure - per month. Performance period - 6 months. Option Item 0002: IT Services (on a firm-fixed-price level-of-effort basis) in accordance with the attached Statement of Work. Unit of measure - per month. Performance period - 3 months. Option Item 0101: IT Services (on a firm-fixed-price level-of-effort basis) in accordance with the attached Statement of Work. Unit of measure - per month. Performance period - 6 months. Option Item 0102: IT Services (on a firm-fixed-price level-of-effort basis) in accordance with the attached Statement of Work. Unit of measure - per month. Performance period - 6 months. Option Item 0103: IT Services (on a firm-fixed-price level-of-effort basis) in accordance with the attached Statement of Work. Unit of measure - per month. Performance period - 6 months. Option Item 0104: IT Services (on a firm-fixed-price level-of-effort basis) in accordance with the attached Statement of Work. Unit of measure - per month. Performance period - 3 months. Option Item 0201: IT Services (on a firm-fixed-price level-of-effort basis) in accordance with the attached Statement of Work. Unit of measure - per month. Performance period - 6 months. Option Item 0202: IT Services (on a firm-fixed-price level-of-effort basis) in accordance with the attached Statement of Work. Unit of measure - per month. Performance period - 6 months. Option Item 0203: IT Services (on a firm-fixed-price level-of-effort basis) in accordance with the attached Statement of Work. Unit of measure - per month. Performance period - 6 months. Option Item 0204: IT Services (on a firm-fixed-price level-of-effort basis) in accordance with the attached Statement of Work. Unit of measure - per month. Performance period - 6 months. Option Item 0205: IT Services (on a firm-fixed-price level-of-effort basis) in accordance with the attached Statement of Work. Unit of measure - per month. Performance period - 3 months. The work requirements, the performance dates, and the place of performance of Item 0001 and Option Items 0002 through 0205 are set forth in the attached Statement of Work. The place of acceptance for Item 0001 and Option Items 0002 through 0205 is at the performance location. The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. There is one addendum to this provision. Specifically, this addendum is as follows: "With respect to Paragraph (b) of FAR 52.212-1, quotations shall be submitted both in hard copy (with an original signature) and by e-mail to Pauline.Jaffe@noaa.gov. The email message shall provide the quotation in MS Word format as a single attachment to the email message. With respect to Paragraph (b)(3) of FAR 52.212-1, the offeror shall provide, in addition to its name, address, and telephone number, the following: email address, FAX number, DUNS number and CAGE code. With respect to Paragraph (b)(4) of FAR 52.212-1, the technical description shall include Personnel Qualifications and Understanding of the Requirements. For Personnel Qualifications, the offeror shall include the names and resumes of the individuals proposed to perform each Item (and Option Item) and the hours each individual is being proposed. Included as part of each resume, the offeror shall identify each individual's knowledge of, and experience with, IT security requirements. If an offeror has not yet identified one or more individuals for one or more Items (or Option Items), the offeror shall identify the qualifications that it expects will be possessed by the individual(s) which it will provide for the Item (or Option Item) along with the hours for the individual(s) and a discussion as to how and where the offeror will find the individual(s) possessing such qualifications. For Understanding of the Requirements, the offeror shall provide a narrative addressing its understanding of each of the tasking areas set forth in Section C.2.1 of the Statement of Work and its understanding of the Government's IT security requirements set forth in Section C.6.2 of the Statement of Work. With respect to Paragraph (b)(6) of FAR 52.212-1, the offeror shall include its proposed price for each of Item 0001 and Option Items 0002, 0101, 0102, 0103, 0104, 0201, 0202, 0203, 0204 and 0205. Offers which do not include proposed prices for all of these Items and Option Items will not be considered. For pricing purposes, the offeror shall assume other direct cost (encompassing travel, training, and any miscellaneous other direct cost) will be incurred during contract performance in the amounts of $20,000.00 for Item 0001, $20,000.00 for Option Item 0101, and $20,000.00 for Option Item 0201. These amounts are the Government's best estimates at the present time. It is understood that actual costs incurred during contract performance may vary from the above amounts; however, there will be no price adjustment (either upward or downward) to the contract based on the difference between actual other direct cost incurred and the above estimates. With respect to Paragraph (b)(10) of FAR 52.212-1, the offeror shall provide Past Performance information (up to five contracts) relative to work that it has performed within the past three years that it feels is relevant and similar to the work called for by the Statement of Work. For each contract that the offeror identifies, the offeror shall (a) provide the names, telephone numbers, and email address of the customer's technical and contractual points-of-contact for the contract, (b) identify the contract type, the purpose of the contract, the magnitude of the contract with respect to how many people were serviced as part of the contract (as a point of reference, the staff to be serviced as part of this present acquisition is approximately 150 people), and the dollar value of the contract, (c) identify problems encountered in performing the contract and the corrective actions employed, and (d) provide information on quality of its performance on the contract including, but not limited to, internal and external assessments, awards, and certifications. Please ensure that the Government will be able to contact your references at the email addresses and telephone numbers that you provide and that they will cooperate with the Government." FAR 52.212-2, Evaluation-Commercial Items, is not applicable. The evaluation procedures to be used are as follows: Award will be made to that offeror offering the best value to the Government; provided, however, that the offeror is determined to be responsible in accordance with FAR 52.209-1 and the offeror's proposed price is determined reasonable. Further, the Government reserves the right to not make an award from this solicitation. The determination of best value to the Government shall encompass Personnel Qualifications, Technical Approach, Past Performance, and price. Price shall be the sum of the offeror's proposed prices for all Items and Option Items (i.e., Item 0001 and Option Items 0002, 0101, 0102, 0103, 0104, 0201, 0202, 0203, 0204 and 0205). All evaluation factors other than price, when combined, are approximately equal in importance to price. The relative importance of the evaluation factors other than price is as follows: Personnel Qualifications, Understanding of the Requirements and Past Performance are each equal in importance. Each offeror is advised to include a completed copy of FAR 52.212-3, Offeror Representation and Certifications-Commercial Items, with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The Statement of Work contains additional contract terms and conditions, which constitutes an addendum to FAR 52.212-4. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apples to this acquisition. The following additional FAR clauses cited in FAR 52.212-5 apply to this acquisition: 52.203-6, 52.219-8, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.225-13, 52.232-33, 52.222-41, 52.222-42, and 52.222-43. There are no additional contract terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Offers are due not later than 12:00 noon, Eastern Daylight Time, on May 12, 2010 at the following location: U.S. Department of Commerce, NOAA, Attention: Pauline Jaffe, 1305 East-West Highway, SSMC-4, Station #7521, Silver Spring, Maryland 20910. The name and telephone number of the individual to contact for information regarding this solicitation are Pauline Jaffe and (301) 713-0838 ext. 178. Additionally, Ms. Jaffe may be reached by email at Pauline.Jaffe@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/DG133W-10-RQ-0528/listing.html)
 
Place of Performance
Address: World Weather Building, 5200 Auth Road, Camp Springs, Maryland, 20746, United States
Zip Code: 20746
 
Record
SN02133618-W 20100429/100427235319-628742ccbd054ffa5c0d017b9d2fa106 (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.