Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2011 FBO #3361
SOLICITATION NOTICE

R -- ORGANIZATIONAL ASSESSMENT AND IMPLEMENTATION PLANT

Notice Date
2/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA11369196Q-AJJ
 
Response Due
2/11/2011
 
Archive Date
2/4/2012
 
Point of Contact
Jeannette Albiez, Contracting Officer, Phone 650-604-1029, Fax 650-604-0912, Email Jeannette.Albiez@nasa.gov - Ronnee R. Gonzalez, Contracting Officer, Phone 650-604-4386, Fax 650-604-0270, Email ronnee.r.gonzalez@nasa.gov
 
E-Mail Address
Jeannette Albiez
(Jeannette.Albiez@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the only solicitation;offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for an OrganizationAssessment and Implementation Plan. SPECIFICATIONS:See the attached Statement of Work athttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#145193 PERIOD OF PERFORMANCE: Initial findings meeting within 45 days of award. Complete delivery and briefing offindings and recommendations at NASA Ames Research Center within ninety (90) days ofaward.This procurement is a total small business set-aside. In accordance with FAR 19.001, asmall business concern is defined as a concern that is qualified as a small businessunder the criteria and size standards in 13 CFR Part 121, and is organized for profitwith a place of business located in the United States or its outlying areas and thatmakes a significant contribution to the U.S. economy through payment of taxes and/or useof American products, material and/or labor. Additional information regarding smallbusiness contracting with the federal government is available from the Small BusinessAdministration at http://www.sba.gov/.The North American Industry Classification System (NAICS) Code and the small businesssize standard for this procurement is 541611 (Administrative Management and GeneralManagement Consulting Services) with a small business size of less than $7M. All responsible sources may submit an offer which shall be considered by the agency. Electronic offers for the items(s) described above are due by Friday, February 11, 2011,no later than 12:30 PM Pacific Time, to the Contracting Officer, Jeannette Albiez, emailJeannette.albiez@nasa.gov, and must include: a firm fixed price for the required items,solicitation number, proposed delivery schedule, discount/payment terms, taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. The provisions and clauses in the RFQ arethose in effect through Federal Acquisition Circular (FAC) 2005-48. The Federal Acquisition Regulation (FAR) may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html. The NASA FAR Supplement (NFS) may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Please note paragraphs(j) and (k) that require all offerors to have a DUNS number and current CCR registration.Offerors shall provide the information required by FAR 52.212-3 (JAN 2011), OfferorRepresentations and Certifications - Commercial Items with their offer. If the offerorhas already entered their representations and certifications at the OnlineRepresentations and Certifications Application (ORCA) at https://orca.bpn.gov/, offerorsare only required to complete paragraph (b) of the provision. FAR 52.212-4 (JUN 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified FAR clausesare incorporated by reference:FAR 52.204-10 Reporting Executive Compensation andFirst-Tier Subcontract Awards, 52.219-6, Notice of Total Small Business Set-Aside,52.219-28 Post-Award Small Business Program Rerepresentation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibitionof Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action forWorkers with Disabilities, 52.223-18 Contractor Policy to Ban Text Messaging WhileDriving, 52.225-13 Restrictions on Certain Foreign Purchases,52.232-33 Payment byElectronic Funds Transfer- Central Contractor Registration, 52.222-41, Service ContractAct of 1965, The following FAR and NFS clauses will also be incorporated into any resultant contract: NFS 1852.215-84 Ombudsman(Deborah L. Feng, NASA Ames Research Center, M/S 200-9, MoffettField, CA 94035-0001), NFS 1852.223-72 Safety and Health (Short Form), NFS 1852.225-70Export Licenses, NFS 1852.237-73 Release of Sensitive Information. All contractual and technical questions about this solicitation must be in writing(e-mail only) to: Jeannette.albiez@nasa.gov not later than Tuesday 8, February 8, 2011.Telephone questions will not be accepted. Selection and award will be made to the offeror whose offer will be most advantageous tothe Government, with consideration given to the following evaluation factors: 1. Yourcompany's capability and professional qualifications in meeting the requirements asdescribed in the Statement of Work, 2. Your company's past performance: Please provide alist of relevant work performed in the past three years, including contract type,contract number, technical description, dollar amount, period of performance, and acustomer reference name and telephone number. (3) Price: An evaluation of thereasonableness of the quoted price. It is critical that offerors provide adequate detailto allow evaluation of their offer. An ombudsman has been appointed -- See NASA Specific Note 'B'.It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any). Information about major upcoming ARC procurement actions is available athttp://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA11369196Q-AJJ/listing.html)
 
Record
SN02373196-W 20110206/110204234012-695a4d49e04cdce7f62b1d47db4bfd3f (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.