Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
SOLICITATION NOTICE

R -- Enterprise Risk Assessment Methodology (ERAM) Support - Solicitation Information

Notice Date
6/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, Business Transformation Agency, Business & Management Division (BTA-BMD), 241 18th Street, Suite 100, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
BTA-2010-ERAM_Support
 
Archive Date
7/10/2010
 
Point of Contact
Lisa Smith Kulley, Phone: 7036071373
 
E-Mail Address
lisa.smithkulley@bta.mil
(lisa.smithkulley@bta.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ERAM PRICE MODEL Solicitation Information This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and an additional written solicitation will not be issued. This synopsis/solicitation is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. Reference Solicitation No. BTA-2010-ERAM Support. This solicitation document and incorporated provisions and clauses are those in effect in the current Federal Acquisition Regulation (FAR) FAC 2005-41 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20100608. The NAICS code is 541611 and the small business size standard is $7M. The Business Transformation Agency (BTA) has a Small Business Set-Aside requirement for Enterprise Risk Assessment Methodology Services support for the enterprise-wide framework to enable informed decision-making for managing business transformation. The period of performance is a one (1) year Base Period with two one (1) year Option Periods. FOB point is Destination. Inspection and acceptance shall be at Destination by the Government. Quotations shall be evaluated on a best value basis. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR 52.212-1 (attached), the provision at FAR 52.212-2 Evaluation of Commercial Items (attached), the clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Alt I), the clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-3 Gratuities, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-54, Employment Eligibility Verification; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. Specifically, the following clauses are applicable to this solicitation: DFARS 252.203-7000, Requirements Relating to Compensation of Form DoD Officials; DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.219-7003, Small Business Subcontracting Plan (DoD Contracts); DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; DFARS 252.227-7015, Technical Data--Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. The provisions of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR 252.212-7000, Offeror Representations and Certifications -- Commercial Items apply. Offerors must include a completed copy of these certifications with their quote or ensure a completed ORCA is available for download. All firms must be registered in the Central Contractor Registration database@www.ccr.gov. The above provisions and clauses can be found at http://farsite.hill.af.mil. The following numbered note is applicable to this requirement: 1 This announcement will close and quotations are due by 14:00 PM (EST) 25 June 2010. Signed and dated quotations must be submitted to the BTA Contracting Office, 1851 S. Bell Street, Arlington, VA 22240, Attn: Lisa Smith Kulley, phone number (703) 607-1373, fax (703) 607-2922 and e-mail smithkulley.lisa@bta.mil. Responsible sources may submit a quote which shall be considered. Informational Briefing. An informational briefing will be conducted on 18 Jun 2010 at 11:00 a.m. (EST) at the Business Transformation Agency, 1851 S. Bell Street, Arlington, VA 22192, CM3, Room 1003. The informational briefing will be concluded by 12:00 p.m. (EST). Each offeror may send up to two (2) representatives. For security reasons, offerors must submit on company letterhead, the full name of each representative by email to lisa.smithkulley@bta.mil, no later than 16 Jun 2010, 14:00 p.m. (EST). If there are any questions after the informational briefing regarding this solicitation, they should be submitted IN WRITING (by E-mail) not later than 21 Jun 2010, 12:00 p.m. (EST) to allow an answer prior to quotation due date. Offerors are not required to attend the informational briefing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/BTA/BTA-BMD/BTA-2010-ERAM_Support/listing.html)
 
Place of Performance
Address: 1851 S. Bell Street, Arlington, Virginia, 2240, United States
 
Record
SN02175872-W 20100613/100611235237-ac09e0c2e8fee36e2f18ab8632455943 (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.