Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOLICITATION NOTICE

R -- Minority Stem Technology Consortium for ECBC

Notice Date
4/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
RDECOM Contracting Center - Edgewood (RDECOM-CC), ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-11-R-0019
 
Response Due
5/19/2011
 
Archive Date
7/18/2011
 
Point of Contact
Deborah E Fleming, 410-436-3093
 
E-Mail Address
RDECOM Contracting Center - Edgewood (RDECOM-CC)
(deborah.e.fleming@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 will not be issued. This solicitation, number W911SR-11-R-0019, is issued as a request for proposal. The solicitation documentation and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular FAC-2005-50. This is a 100% Small Business Set-aside solicitation. The associated NAICS code is 541611 and the small business size standard is $7M. The contract will be Firm-Fixed Price with the period of performance to include the delivery of all identified deliverables is within 70 days from date of award. The budget allocated for this project will not exceed $113.7K. Proposals exceeding this amount will not be evaluated. Specific requirements are outlined in the enclosed PWS. Federal Acquisition Regulation and Department of the Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses cited in this solicitation may be accessed through the internet at http://farsite.hill.af.mil/. Offerors are directed to the solicitation provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008), hereby incorporated by reference and tailored as shown in Addendum 1 to FAR 52.212-1. Offerors are directed to the solicitation provision at FAR 52.212-2, Evaluation - Commercial Items (JAN -1999), hereby incorporated by reference and tailored as shown in Addendum 1 to FAR 52.212-2. Offerors are reminded that a valid copy of their Offeror Representations and Certifications must be available online at https://orca.bpn.gov. The following Clauses are incorporated by reference: 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010) for paragraph (g) see DFARS 252.232-7003; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2011). The following paragraphs under this clause apply to this solicitation and any resultant contract: (b)(1) 52.203-6, (b)(4) 52.204-10, (b)(6)52.209-6, (b)(10) 52.219-6, (b)(12) 52.219-8, (b)(21) 52.222-3, (b)(23) 52.222-21, (b)(24) 52.222-26, (b)(25) 52.222-35, (b)(27) 52.222-37, (b)(33) 52.223-18, (b)(42) 52.232-33, and (c)(1) 52.222-41. In addition to the above, the following DFAR provisions and clauses apply: 252.204-7001, 252.204-7004, 252.212-7001 and 252.232-7003. All prospective offerors must have a current registration in the Central Contractor Registration to be considered for award and it must remain valid through the period of performance. See www.ccr.gov for more information. Signed and dated offers must be submitted no later than 1400 hours EST; 19 May 2011 via e-mail to Deborah Fleming and Ruby Mixon. Facsimile proposals will not be accepted. Point of Contact: Deborah Fleming, email at: deborah.e.fleming6.civ@mail.mil. Questions concerning the RFP must be submitted via email no later than 12:00 PM EST, 25 April 2011 to the Contract Specialist, Ms Deborah Fleming, at deborah.e.fleming6.civ@mail.mil with a copy to Ms. Gwen Johnson at Gwendolyn.s.johnson2.civ@mail.mil and the Contracting Officer, Ruby Mixon, at ruby.l.mixon.civ@mail.mil. This notice does not obligate the Government to award a contract, it does not restrict the Government's ultimate approach nor does it obligate the Government to pay for any quotation preparation cost. Addendum 1 to FAR Clause 52.212-1 The paragraphs listed below for FAR Clause 52.212-2 are tailored as follow: a.NAICS Code is 541611 size standard $7M b.Offeror is to use its own format as a 1449 will not be issued. However all elements contained under this paragraph must be addressed. e.Multiple offers will not be accepted. h.Multiple awards will not be made. Addendum 1 to FAR Clause 52.212-2 The paragraphs listed below for FAR Clause 52.212-2 are tailored as follow: a.The Government's award decision will be based upon an award to the best value (with tradeoffs) offeror. It is the Government's intent to award without discussion; therefore it is incumbent upon all offerors to submit their best proposal. If discussions are required the Government will document the file and identify the most highly rated proposals for inclusion in the competitive range in accordance with FAR 15.306(c). The following factors (listed in order of importance) will be considered in this procurement and an adjectival rating (except for Price) will be assigned based upon the adequacy of the contractor's capability as described in the information requested below. Offerors who intend to propose on this effort shall provide their list of references with contact information, to include e-mail address, as indicated in a(1). Past Performance Technical Capability Price When combined, the non-priced factors are more important than price. Past Performance is more important than Technical Capability. However, when the most highly rated proposals are equal technically, price will be the controlling factor. The following factors shall be used to evaluate offers: (1)Past Performance - The offeror shall include the contact information (agency/company Name; point of contact; telephone/fax numbers; e-mail addresses; etc.) as well as the project/contract name and number of three (3) references that can verify and validate its ability to successfully perform the requirements as outline in the PWS. The Offeror shall provide brief description of the projects cited to demonstrate their relevance to the tasks outlined in the PWS. Contracts identified shall be current within the last five (5), references must be able to verify offeror's satisfactory or better performance, and the deliverables submitted met statutory requirements and were executable without revisions. The Government will conduct a performance risk assessment based on the offeror's on-going and prior experience within the last five years on relevant projects as described in the PWS. The Government will determine the degree to which the offeror previously provided similar deliverables that were acceptable and executable and has demonstrated capabilities and its ability to meet the Government's stated requirement. (2)Technical Capability - The offeror shall describe in detail how they will achieve the performance objectives and standards. The scope of the proposal should address the Government's stated requirements. Offerors shall, using their knowledge of ECBC's and Army's missions to demonstrate its ability to align HBCU/MI's technical capabilities in response to the requirements outlined in the PWS. Offerors shall also demonstrate its knowledge and understanding of the DoD Grants and Agreement Regulations as well as other laws/statues/polices to draft documents outlined in the PWS. Offerors shall provide a Plan of Action and Milestones for completing the requirements outlined in the PWS. The Government will evaluate the degree to which the offeror's technical approach and method of completion adequately addresses the requirements outlined in the PWS. The information will also be evaluated for feasibility and soundness to achieve the stated performance objectives and standards. The proposal must clearly indicate how the contractor will maintain management technical/cost/performance oversight and control of tasks outlined in the PWS. (3)Price - Price Proposal. The proposed price shall not exceed the projected budget. Offerors shall provide only data under this Tab that pertains to its price proposal. No other information will be accepted or evaluated. For cost comparison purpose, Offerors shall clearly identify labor categories with the number of labor hours and labor rates. Offerors shall indicate as part of its price proposal, the cost associated with complying with contractor manpower reporting (CMR) requirements. If CMR is not separately priced, the offeror shall report $0.0 for CMR Offerors' proposal total shall include the number, duration and number of individuals for all proposed travel cost. Offerors shall identify all labor categories that are applicable to the Service Contract Act and identify the prevailing Wage Determination from Department of Labor for its operating area. The Government will evaluate the price proposal for completeness, accuracy and reasonableness in comparison to the Independent Government Cost Estimate and other offerors received. The Government will also consider the prices proposed for subcontractors and its overall impact on the total cost. It is not the Government's intent to pay premium prices for subcontract support. (4)The Technical and Price proposal shall be segregated into separate Sections. While the technical proposal must not contain any reference to price, resource information (such as data concerning labor hours and categories, materials, subcontracts, etc.) must be provided so that the Contractor's understanding of the requirements may be evaluated. The technical proposal shall consist of the Past Performance and Technical Capability Factors and shall not exceed 15 pages. Contractors shall adhere to page limitations stipulated below. Pages in excess of the stated limitations will not be forwarded to the evaluation team for review and could possibly impact the overall ratings received. Cover pages, indexes and table of contents will not count against the page limitation. Pages shall be 8.5 by 11 inch with a Times New Romans font size of 12. There is no page limitation for the Price Factor. However, the price proposal shall only include the information as per the instructions contained herein. b.Options - N/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/10de20c05d3e6e1e77d5568db561f6d5)
 
Place of Performance
Address: Army Contracting Center-Aberdeen Proving Ground ATTN: Edgewood Contracting Division Aberdeen Proving Ground MD
Zip Code: 21010-5401
 
Record
SN02427798-W 20110421/110419234532-10de20c05d3e6e1e77d5568db561f6d5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.