Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
SOLICITATION NOTICE

R -- RFP for Business Analysis, Advisory and Assistance Support Services to TFBSO in Iraq.

Notice Date
8/31/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NBC - Acquisition Services Directorate 381 Elden Street, Suite 4000 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
D10PS18577
 
Response Due
9/21/2010
 
Archive Date
8/31/2011
 
Point of Contact
Lydia Nunez Contracting Officer 7039643648 lydia.nunez@aqd.nbc.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
August 30, 2010This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and following Contracting by Negotiation procedures in FAR Part 15. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.The US Department of the Interior, National Business Center, through its Franchise Fund activity, Acquisition Services Directorate (AQD), is issuing this solicitation, number D10PS18577, as a Request for Proposal (RFP) on behalf of the Office of the Secretary of Defense (OSD), Task Force for Business and Stability Operations (TFBSO). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-43.The AQD, on behalf of the Task Force for Business and Stability Operations (TFBSO), intends to award a Time and Materials type contract for this acquisition. The associated North American Industrial Classification System (NAICS) code for this procurement is 561110, "Office Administrative Services", with a small business size standard of $7M. The Product Service Code for this procurement is R499, "Other Professional Services." This acquisition is set-aside 100% for service-disabled veteran-owned small businesses. The contract will be awarded for a Base year plus one (1) 6-month Option period.This contract shall procure services to provide the TFBSO with Business Analysis, Advisory and Assistance Services. Please refer to the Performance Work Statement (PWS), "Business Analysis, Advisory and Assistance Support Services to the Task Force for Business and Stability Operations (TFBSO)" dated August 17, 2010, for a detailed description of the requirement.The Period of Performance/Date of Delivery is specified in the PWS. Place of delivery and acceptance shall be at the Task Force for Business and Stability Operations (TFBSO) COTR office or as otherwise specified by the COTR.Offerors must ensure that their firm is registered with the Central Contractor Registration (CCR). For information, refer to http://www.ccr.gov. All questions pertaining to this solicitation must be in writing and emailed to Ms. Lydia Nunez at Lydia.Nunez@aqd.nbc.gov by 11:59pm on September 6, 2010. The phone number for Ms. Lydia Nunez is 703-964-3648. CLOSING DUE DATE:September 21, 2010TIME:11:59 P.M. EASTERN TIME (ET)Offers must be submitted electronically to Lydia.Nunez@aqd.nbc.gov (please "cc" Ms. Harinder Kaur-Pabbi at Harinder.Kaur-Pabbi@aqd.nbc.gov) by 11:59pm Eastern Time on Tuesday, September 21, 2010. The following certifications, provisions, clauses, and performance work statement apply to this acquisition and are included in documents listed below that apply to this solicitation, which are available to view at http://www.aqd.nbc.gov/solic/solicitations.asp (listed under solicitation number D10PS18577).1. FAR Provisions2. DFARS Provisions3. JCC-I/A Provisions4. FAR Clauses5. DFARS Clauses6. JCC-I/A Clauses7. Performance Work Statement INTRUCTIONS TO OFFERORS SUBMITTING PROPOSALS52.212-1 -- Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition. As an addendum to this provision, Offerors are instructed to submit quotes as follows:Offers shall consist of separate written technical and cost proposals.TECHNICAL PROPOSALOffers must include the following information in their technical quote cover page:"RFQ Number and Project Title"Offeror's Point of contact for this project including name, title, address, phone number, and email address on the title page (Both Technical Quote and Price Quote)"Tax Identification Number (TIN)"Dun & Bradstreet,/Data Universal Numbering System (DUNS) "North American Industrial Classification System (NAICS) Code"Product Service Code (PSC)"The validity period of the proposal [Offeror's proposal(s) must be valid for at least 30 calendar days]"Provide an acknowledgement of all RFP amendments, if any (may be included in the cover letter). The acknowledgement must reference the amendment numbers."The Offeror must submit with their quotes a completed Offeror Representations and Certifications - Commercial Items (FAR 52.212-3) form. If the Offeror's Representations and Certifications are registered in the ORCA website (http://orca.bpn.gov), it must be indicated in the offer. The offer shall also indicate if the ORCA record has been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation. The technical proposal must adhere to the following: The technical proposal must not exceed 20 pages. Offerors shall provide a technical proposal that includes the following three general areas: 1.Understanding and Technical Approach2.Qualifications and Commitment of Personnel3.Past Performance 1.Understanding and Technical Approach "discussion of the background, objectives, and work requirements of the PWS as analyzed by the offeror,"discussion of proposed methods and techniques for completing each task,"discussion of any anticipated major difficulties and problem areas, along with potential recommended approaches for their resolution, and"discussion on major logistical considerations in the AOR. 2.Qualifications and Commitment of Personnel "Identify and describe the key individuals (and their respective labor categories) who will be assigned responsibility for the management, information collection and synthesis, authorship of major sections of the reports and documents, and other requirements in the PWS. Indicate any positions necessary for contract performance that are presently not filled and the anticipated date of assignment or new hire."Briefly describe the currency, quality, and depth of experience of individual personnel in working on similar projects. "Similar projects" is meant to convey similarity in topic, workload, duration, and complexity to those listed in the PWS. 3.Past Performance "The Offeror shall identify three (3) contracts/task orders with the Federal Government and/or commercial customers that demonstrate recent and relevant past performance. Recent is defined as within the last three years. Relevant is defined as work similar in complexity and magnitude of the work described in this PWS. Include the following information:Project title,Description of the project,Location of work performed,Contract number,Contract amount,Government Agency/Organization,COTR's name, address, and phone number,Contracting Officer's name, address, and phone number,Contract and, if applicable, task order number,Current status, e.g., completed and/or if in progress, start and estimated completion dates,Dollar value and type of contract,Name of company being referenced, and,A brief narrative of why you deem the reference to be relevant to this effortA discussion of any problems encountered on the identified contract and the corrective action taken by the Offeror. Offerors are requested to please notify past performance references that they may be contacted by the Government. The technical proposal may also address any other topics considered to be pertinent to a demonstration of the team's knowledge, competence, and capability to perform this effort. In addition, the Offeror shall submit the following information (This portion does not count towards the page limitations for the written technical proposal): Offerors shall include resumes for the proposed key personnel (2-page maximum). Rsums submitted for Key Personnel assigned to perform under this Performance Work Statement shall contain documented experience directly applicable to the functions to be performed. Further, these prior work experiences shall be specific and of sufficient variety and duration that the employee is able to effectively and efficiently perform the functions assigned. COST PROPOSAL Your cost proposal shall be a separate volume from your technical proposal. The cost proposal must include the labor category(s) to be utilized, hours proposed for each labor category, any discounts in labor rates being offered. All Travel, DBA Insurance, and any Hazard/Differential Pay should be identified separately as Not-to-Exceed line items on the quotation. (Note: There shall be no advance payments of the resulting contract. The Government may be billed either at the end of each month after the Government receives services or at the end of each performance period.)Assumptions and Conditions. Contractors are expected to perform all tasks associated with the enclosed Performance Work Statement. Contractors specifying any assumptions, conditions, or exceptions in their quotes which are not agreeable to the Government may be considered non-responsive and rejected. Further, the Government will reject a Contractor's quote containing any qualifications placed on their quoted price for work performed that are within the scope of the awarded contract.(End of Provision)52.212-2 -- 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, cost and other factors considered. The following factors shall be used to evaluate offers:1.Understanding and Technical Approacha.Understanding of the work and thoroughness shown in understanding the objectives of the PWS and specific work requirements and tasks.b.Evidence of specific methods and techniques for completing each discrete task.c.Ability to address any anticipated major difficulties and problem areas, along with potential recommended approaches for their resolution.d.Degree to which the offeror's proposal demonstrates an understanding of major logistical considerations.2.Qualifications and Commitment of Personnela.Evidence that the organization has proposed appropriate mix of labor categories with the skills, education, and experience level to successfully perform this requirement.b.The currency, quality and depth of experience of individual personnel in working on similar projects. Similar projects must convey similarity in topic, dollar value, workload, duration, and complexity.3.Past Performancea.The organizations history of successful completion of projects; history of producing high-quality reports and other deliverables; history of staying on schedule and within budget.b.The quality of cooperation (with each other) of key individuals within your organization, and quality of cooperation and performance between your organization and its clients.c.The organization's specific past performance on prior similar efforts in the CENTCOM AOR as specified within this PWS.4.Cost The non-cost factors (Understanding/Technical Approach, Qualifications/Commitment of Personnel, and Past Performance) listed above are of equal importance and when combined are more important than Cost. Sub-factors listed under each factor are of equal importance to each other. Past Performance - The Government shall consider information obtained through the Past Performance Information Retrieval System (PPIRS) and from other sources. Past performance will be utilized to determine the quality of the offeror's past performance as it relates to the probability of success of the required effort. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance.(b) Options. 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).(c) A written notice of award or acceptance of an 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.(End of Provision)FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2010), applies to this acquisition. FAR clause 52.212-5--Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JUN 2010), applies to this acquisition. The following FAR clauses are cited within 52.212-5 and are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332).Additional FAR, DFARS, JCC-I/A, and DOI/NBC AQD clauses apply to this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b68175a753639c3f2dc0dbbaff6aec26)
 
Record
SN02262768-W 20100902/100901000339-b68175a753639c3f2dc0dbbaff6aec26 (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.