Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2010 FBO #3259
MODIFICATION

R -- Management Support for Information Directorate Information Institute - Solicitation 1

Notice Date
10/25/2010
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-10-R-0014
 
Archive Date
10/1/2010
 
Point of Contact
Janet J Sheehan, Phone: 315-330-2001, Jenna Loreto, Phone: 315-330-2260
 
E-Mail Address
janet.sheehan@rl.af.mil, Jenna.Loreto@rl.af.mil
(janet.sheehan@rl.af.mil, Jenna.Loreto@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Offeror Representations and Certifications - FA8751-10-R-0014 Draft DD254 - FA8751-10-R-0014 Price Schedule - FA8751-10-R-0014 Contract Data Requirements List (CDRL) date 09 Sep 2010 - FA8751-10-R-0014 Performance Work Statement (PWS) dated 09 Sep 2010 - FA8751-10-R-0014 This 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-R-0014 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-46 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100927. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as Total Small Business Set-Aside under NAICS code 541990 and small business size standard of $7 million average annual receipts. The Offeror shall provide a proposal for the following service on a Firm Fixed Price (FFP) basis: Advisory and Assistance Services for the Information Directorate Information Institute in accordance with the Performance Work Statement dated 9 September 2010 and the attached Price Schedule shall be completed and submitted with the offer. The period of performance is anticipated to be 01 December 2010 through 30 September 2011 with four (4) one-year option periods beginning 1 October 2011 through 30 September 2015. The place of delivery, acceptance, and FOB destination point is the Air Force Research Laboratory, Rome NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3 PM (ET) 08 NOVEMBER 2010. Submit to: AFRL/RIKO, Attn: Janet Sheehan, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7513 or by email to Janet.Sheehan@rl.af.mil with a cop y to Jenna.Loreto@rl.af.mil. Offerors are encouraged to submit their proposals using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) TECHNICAL DOCUMENTATION. Offerors shall submit a description of the services being offered in sufficient detail for the Government to evaluate the offerors' ability to fulfill the Government's requirement. The technical documentation shall include the following: (i) TECHNICAL CAPABILITY of the Offeror to fulfill the Government's requirement including Qualifications. This documentation shall describe the education and experience of the individual(s) proposed to fulfill the Government's requirement. To be considered acceptable, the technical capability must demonstrate both of the following minimum qualifications: - within the last five (5) years, at least three (3) years experience in (a) overseeing and conducting consortium activities and (b) developing and engaging in working relationships with colleges and universities. - Bachelor's degree or equivalent level from an accredited university. (b)(10) PAST PERFORMANCE INFORMATION. Offerors shall submit past performance information for no more than five (5) efforts undertaken within the last five (5) years that are similar in scope and magnitude to this requirement. Offerors shall provide current email and telephone contact information for references as well as contract numbers / titles, contract values, and brief descriptions of the efforts. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. REPORTING. Once a proposal has been selected for award, offerors will be required to submit their reporting requirement through one of our web-based, reporting systems known as JIFFY or TFIMS. Prior to award, the offeror will be notified which reporting system they are to use, and will be given complete instructions regarding its use. Please note that use of the JIFFY or TFIMS application requires customers outside of the.mil domain to purchase an approved External Certificate Authority certificate to facilitate a secured log on process. It is necessary to obtain an ECA certificate BEFORE obtaining a JIFFY or TFIMS user account. Additional information on obtaining an ECA is available at: "http://iase.disa.mil/pki/eca/index.html." The provision at FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. In addition to the information within paragraph (a), the following factors shall be used to evaluate offers: (i) TECHNICAL CAPABILITY of the Offeror to fulfill the Government's requirement including Qualifications, (ii) PAST PERFORMANCE, and (iii) PRICE. Technical Capability and Past Performance, when combined, are significantly more important than Price. (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 options. (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. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (OCT 2010) and ALT I (APR 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. In addition, offerors shall complete and submit the representations and certifications at DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (JUN 2005). For your convenience, paragraph (b) of 52.212-3 and 252.212-7000 are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (JUN 2010), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (OCT 2010), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.219-6, Notice of Total Small Business Aside (Jun 2003) 52.219-8, Utilization of Small Business Concerns (May 2004) DEVIATION 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-54, Employment Eligibility Verification (Jan 2009) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) The clause at 52.217-8, Option to Extend Services (NOV 1999) applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor before the contract expires. The clause at 52.217-9, Option to Extend the Term of the Contract (MAR 2000) applies to this acquisition. Paragraphs (a), (b), and (c) are completed as follows: (a) The Government may extend the term of this contract by written notice to the Contractor before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 58 months. (End of clause) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2010), applies to this acquisition. The following additional FAR and DFARS clauses cited in the clause are applicable to this acquisition: 52.203-3, Gratuities (Apr 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.225-7012, Preference for Certain Domestic Commodities (Jun 2010) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 252.247-7023, Transportation of Supplies by Sea (May 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) The following additional FAR and FAR Supplements provisions and clauses also apply: 52.204-2 Security Requirements (Aug 1996) 52.222-99, Notification of Employee Rights Under the National Labor Relations Act (Deviation 2010-O0013) (JUN 2010) 52.232-18 Availability of Funds (APR 1984) 252.204-7005 Oral Attestation of Security Responsibilities (Nov 2001) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) 252.209-7002, Disclosure of Ownership or control by a Foreign Government (Jun 2010) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.232-7007, Limitation of Government's Obligation (MAY 2006) 5352.201-9101 Ombudsman (APR 2010) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, RM 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. 5352.204-9000, Notification of Government's Security Activity and Visitor Group Security Agreements (APR 2003) 5352.209-9001 POTENTIAL ORGANIZATIONAL CONFLICT OF INTEREST (Oct 2010) (a) There is potential organizational conflict of interest (see FAR Subpart 9.5, Organizational and Consultant Conflicts of Interest) due to the nature of the work to be performed in Performance Work Statement paragraph 1.3.6, which requires the successful contractor to disseminate white papers and technical proposals submitted under the Broad Agency Announcement for the Information Institute. (The contractor will not be participating in evaluation of proposals.) Accordingly: (1) Restrictions are needed to ensure that the contractor does not gain an unfair competitive advantage by requiring company-to-company agreements to (1) protect another company's information from unauthorized use or disclosure for as long as it is considered proprietary by the other company and (2) to refrain from using the information for any purpose other than that for which it was furnished. (c) The organizational conflict of interest clause included in this solicitation may be modified or deleted during negotiations. 5352.209-9000 ORGANIZATIONAL CONFLICT OF INTEREST (Oct 2010) - ALTERNATE III (Oct 2010) (a) The following restrictions and definitions apply to prevent conflicting roles which may bias the Contractor's judgment or objectivity, or to preclude the Contractor from obtaining an unfair competitive advantage in concurrent or future acquisitions. (1) Descriptions or definitions: "Proprietary Information" means all information designated as proprietary in accordance with law and regulation, and held in confidence or disclosed under restriction to prevent uncontrolled distribution. Examples include limited or restricted data, trade secrets, sensitive financial information, and computer software; and may appear in cost and pricing data or involve classified information. (b) The Contractor may gain access to proprietary information of other companies during contract performance. The Contractor agrees to enter into company-to-company agreements to (1) protect another company's information from unauthorized use or disclosure for as long as it is considered proprietary by the other company and (2) to refrain from using the information for any purpose other than that for which it was furnished. For information purposes, the Contractor shall furnish copies of these agreements to the Contracting Officer. These agreements are not intended to protect information which is available to the Government or to the Contractor from other sources and furnished voluntarily without restriction. 5352.215-9000, Facility Clearance (May 1996) To qualify as a responsible contractor, the Offeror must possess or acquire prior to award of a contract a facility clearance at the SECRET level. In addition, the Offeror must have an appropriate number of key personnel (as a minimum, the senior management official and the Facility Security Officer (FSO)) having access to, or be clearable within 60 days after award for access to, the TOP SECRET level as stated on the Contract Security Classification Specification (DD Form 254) dated, 25 Aug 2010 attached to this solicitation. The Offeror must identify in the offer those personnel cleared or clearable by name and Social Security Account Number that will be assigned to the program upon award so that the Government can validate their clearance level. 5352.223-9001, Health and Safety on Government Installations (JUN 1997) 5352.242-9000, Contractor Access to Air Force Installations (Access to Rome Research Site) (JAN 2008) 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel (AUG 2004) Base support shall be provided by the Government to the Contractor in accordance with this special contract requirement (SCR). Failure by the Contractor to comply with the requirements of this SCR shall release the Government, without prejudice, from its obligation to provide base support by the date(s) required. If warranted, and if the Contractor has complied with the requirements of this SCR, an equitable adjustment shall be made if the Government fails to provide base support by the date(s) required. (a) Base support includes Government-controlled working space, material, equipment, services (including automatic data processing), or other support (excluding use of the Defense Switched Network (DSN)) which the Government determines can be made available at, or through, any Air Force installation where this contract shall be performed. All Government property in the possession of the Contractor, provided through this base support SCR, shall be used and managed in accordance with the Government Property clauses. (b) The Air Force installations providing the support shall be listed in subparagraph (e), and the Government support to be furnished by each installation under this contract shall be listed in subparagraph (f) (c) Unless otherwise stipulated in the contract schedule, support shall be provided on a no-charge-for-use basis and the value shall be a part of the Government's contract consideration. (d) The Contractor agrees to immediately report (with a copy to the cognizant CAO) inadequacies, defective Government-Furnished Property (GFP), or nonavailability of support stipulated by the contract schedule, together with a recommended plan for obtaining the required support. The Government agrees to determine (within 10 workdays) the validity and extent of the involved requirement and the method by which it shall be fulfilled (e.g., purchase, rental, lease, GFP, etc.). Facilities shall not be purchased under this SCR. Additionally, the Contractor (or authorized representative) shall not purchase, or otherwise furnish any base support requirement provided by this SCR (or authorize others to do so), without prior written approval of the Contracting Officer regarding the price, terms, and conditions of the proposed purchase, or approval of other arrangements. (e) Following are installations where base support will be provided: Air Force Research Laboratory, 26 Electronic Parkway, Rome NY (f) The Government support to be furnished under this contract is as follows: (i) Office space for two (2) personnel; (ii) use of computers, hardware, software, databases, documentation, and other related material necessary to accomplish the contract requirements; (iii) parking for personal vehicles; and (iv) general administrative support for the Information Institute to include the following types of responsibilities: Prepare communication and correspondence, track information & prepare reports, process visitor requests and check-in, filing, word processing, presentation formatting, contacts database maintenance, customer response, billing & collection, appointment setting, calendar management, travel planning & coordination, payroll processing, book-keeping & accounting, contracts management, document verification & fact checking, collecting & collating information, maintaining electronic records & databases, maintaining mailing lists, sending mass mails, producing newsletters and other duties as assigned. In addition to the federal holidays identified in the Performance Work Statement, the AFRL Site Director may limit access due to other circumstances. These events may include such things as inclement weather conditions, power outages, unscheduled federal closures and/or other unexpected emergency situations. In the event of an emergency situation, the Director will announce through public channels either delayed reporting or closure of RRS facilities due to emergency conditions. This announcement is made solely for safety and security purposes and to inform all personnel (Government and Contractor) of site closure/delayed reporting. The Director is not authorizing time off for contractor employees and is not authorizing payment for work not performed. The Contractor shall take all appropriate actions to notify their employee's of closure/delayed reporting and make alternate work/schedule arrangements, if necessary. Facilities may remain open for contractor personnel during unscheduled federal closures (e.g., National Day of Mourning) or other instances where Government employees are granted administrative leave in non-emergency situations. Compliance with Air Force Instruction (AFI) 33-119 and Air Force Systems Security Instruction (AFSSI) 5027 is mandatory. It should be noted that such access requires, at a minimum, a National Agency Check or Entrance National Agency Check in accordance with DoD 5200.2-R, Personal Security Program. Contractors should make themselves familiar with local procedures for processing such requirements, and be prepared to be in compliance on the first day of contract performance. Failure to comply with this requirement may be considered a failure to perform. Because of the nature and locations of the work performed, the value of such equipment is undeterminable. The Contractor shall not incur any cost resulting from nonsupport prior to Contracting Officer concurrence in accordance with this SCR. (End of SCR) Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a proposal, which shall be considered. --END COMBINED SYNOPSIS/SOLICITATION-- Capable sources are sought to provide management support of the Information Institute to include collaborative technical and analytical assistance, policy development support, and Information Institute operations guidance at the Air Force Research Laboratory Information Directorate (AFRL/RI), Rome Research Site (RRS), Building 106, Rome NY. The Information Institute is a virtual, collaborative research environment concentrating on Information Science and Technology. The Information Institute currently consists of members (universities and colleges) aligned with AFRL/RI's mission. The Information Directorate develops systems, concepts, and technologies to enhance the Air Force's capability to successfully meet the challenges of the information age in areas such as data acquisition, storage, processing, information fusion, and delivery. RRS is considering whether to set aside this Firm Fixed Price (FFP) acquisition for certified 8(a), HUBZone Small Business, Service Disabled Veteran Owned Small Business, or Small Business sources. This acquisition includes, but is not limited to, services in the following areas: 1. Educational Partnerships - maintain current educational partnerships with members and expand membership. 2. Institutes and Centers - support Information Directorate Institutes and Centers including the Information Assurance Institute, the Intelligent Information Systems Institute and others that may be formed as the future University Center of Excellence in Assured Cloud Computing. 3. National Research Council (NRC) Fellows Program - support the Information Directorate's participation In the NRC. 4. Visiting Faculty Research Program - conduct the annual call for applicants, assist in the review of applications, and provide advice on placement within the Information Directorate. 5. Workshops - coordinate summer and topical workshops. 6. Information Directorate Basic Research Program - provide assistance with call for initiatives, proposal dissemination to technical leads, and approved initiatives. 7. Annual Budget - prepare and propose an Information Institute annual budget for Government review and approval. 8. Representation - represent the Information Institute at meetings and forums. 9. Website Maintenance - maintain the Information Institute's pages on the Information Directorate website. 10. Scientific Advisory Board (SAB) - serve as academic liaison for SAB briefings ("dry runs"). The North American Industry Classification System (NAICS) code is 541990 with a Small Business Size Standard of $7 million average annual receipts. The estimated performance period is a base of 12 months, beginning Oct 2010, and four option periods of 12 months each. Please send responses no later than 3 PM (ET) FRIDAY 30 JULY 2010 to Ms. Janis Norelli, Small Business Specialist, by email to janis.norelli@rl.af.mil or by mail to AFRL/RIB, Attn: Janis Norelli, 26 Electronic Parkway, Rome NY 13441-4514, with an electronic copy to Mrs. Janet Sheehan, Contract Specialist, at janet.sheehan@rl.af.mil. Questions may be referred to Mrs. Janet Sheehan at (315) 330-2001 or Mrs. Janis Norelli at (315) 330-3311. MINIMUM REQUIREMENTS. In order to be considered interested in this acquisition, potential offerors must provide documentation that addresses the following minimum requirements: (a) positive statement of your intent to submit a proposal for this solicitation as a prime contractor; (b) Bachelor's degree or equivalent level from an accredited university; (c) at least three (3) years experience in (i) overseeing and conducting consortium activities and (ii) developing and engaging in working relationships with colleges/universities within the last five (5) years; (d) past performance information for work cited above to include contract numbers, project titles, project descriptions, dollar amounts, current points of contact, telephone numbers, and email addresses; (e) resumes of personnel; (f) evidence of current TOP SECRET facility clearance; and (g) current SBA letter of certification, or other applicable documentation, indicating whether your firm is 8(a), HUBZone SB, Service Disabled Veteran Owned SB, or Small Business concern. For more information on the definition or requirements for these, refer to http://www.sba.gov/. All responses must be submitted in sufficient detail for a decision to be made on an 8(a), HUBZone SB, Service Disabled Veteran Owned SB, or SB set aside. Failure to submit all information requested may result in a potential offeror being considered NOT INTERESTED in this acquisition. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow up information requests. Respondents will not be notified of the evaluation, however RRS will utilize the information for acquisition planning. If adequate responses are not received from 8(a), HUBZone SB, Service Disabled Veteran Owned SB, or SB concerns, the acquisition may be solicited as unrestricted. NOTE: IN ORDER TO RECEIVE AN AWARD FROM ANY RESULTANT SOLICITITATION, SHOULD ONE BE ISSUED, THE SUCCESSFUL OFFEROR MUST BE ACTIVELY REGISTERED IN CENTRAL CONTRACTOR REGISTRATION (CCR - http://www.ccr.gov), ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA - http://orca.bpn.gov), AND WIDE AREA WORKFLOW (WAWF - https://wawf.eb.mil ).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-R-0014/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN02316190-W 20101027/101025233818-409b8accb1b8e89a9c404e2eaff9aedb (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.