Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
MODIFICATION

R -- Security Administration Assistant

Notice Date
5/25/2011
 
Notice Type
Modification/Amendment
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-11-T-0017
 
Archive Date
6/11/2011
 
Point of Contact
Ronald E. Fairley, Phone: 7037671175, Beverly J. Williams, Phone: 7037671192
 
E-Mail Address
ronald.fairley@dla.mil, beverly.j.williams@dla.mil
(ronald.fairley@dla.mil, beverly.j.williams@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001 for Solicitation SP4705-11-T-0017 The purpose of this amendment is to re-open the solicitation and extend the date of closing through May 27, 2011 at 9:00 am EDT in an effort to receive lower prices, and to make the following changes: 1. Change the North American Industry Classification System (NAICS) code as stated in the solicitation. 2. Change fax number 3. Change phone number for Point of Contact, Ronald Fairley 4. Add FAR Clause 52.212-1 - INSTRUCTIONS TO OFFERORS - - COMMERCIAL ITEMS 5. Add FAR Clause 52.212-2 EVALUATION--COMMERCIAL ITEMS The following changes are as follows: A> NAICS code from: 56110 to 561110 - Office Administrative Services" B> Fax number: (703) 767-1183 C> Phone number: (703) 767-1175 D> 52.212-1 - INSTRUCTIONS TO OFFERORS - - COMMERCIAL ITEMS (JUN 2008) (b)(2) Proposal shall be received no later than May 27, 2011 9:00 AM (Eastern Standard Time). Fax responses and email response will be accepted. Submit offers to the address located in Block 9 on Page 1 of SF 1449. Advance copies of the response can be email at ronald.fairley@dla.mil. Note: All responses must include the solicitation number on the cover page. For emails, the solicitation number must be included within the subject line. (b)(12) Submit one (1) original copy of the technical and price/cost proposal and one (1) copy of the technical proposal. Within the copy, remove all mention of the contractor's name. PRICE SUBMISSION: The price submission consists of the signed, completed solicitation and acknowledgment of any and all issued amendments. The offeror is to complete Section B - Schedule of Supplies/Services, 52.212-3 (Firm's Representation and Certifications), and sign and date the SF1449. In addition, the firm should submit a copy of its existing tariffs (including changes). (4) Technical Proposal: Per 52.212-2 Evaluation-Commercial Items (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, price and other factors considered. The Government will use the lowest price technically acceptable source selection process. The following standards shall be used to evaluate offers: (i) Technical: Offers must meet or exceed the requirement in the solicitation and any subsequent amendments. All technical proposal must include the resume, training certificates, and proof of security clearance. (ii) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on the lowest price. (iii) Delivery: Offerors must be able to start work on June 1, 2011. Proposed employees used for evaluation of proposal must be available to start work on June 1, 2011. No exceptions will be considered. (iv) Responsibility: Offerors must meet the standard for FAR 9.104. (b) 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) (8) Certifications and Representations. FAR clause 52.212-3, Alt I: complete applicable fill-ins. (m) Questions and/or requests for information concerning this solicitation should be submitted in writing via email, within two days of the issuance date of this solicitation, to Ronald. Fairley, at email address: ronald.fairley@dla.mil (End of Provision) E> 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, price and other factors considered. The Government will use the lowest price technically acceptable source selection process. The following standards shall be used to evaluate offers: (i) Technical: Offeror must include resumes with the technical proposal for this position. b. Proposal Preparation: Proposals shall conform to the instructions in this section. Proposals shall be submitted in two separate volumes. Volume I shall be the Experience and Past Performance Volume Volume II shall be the Cost Volume The Experience (Management & Technical) and Past Performance Volume shall not exceed 15 pages. A page is defined as one side of a sheet of paper, not the 2-sided sheet of paper itself. All pages shall be 8 ½ by 11 inches. Do not use foldouts. Typeset shall be Times New Roman 12 pitch (or similar) and the number of (single-spaced) lines per page shall not exceed 55. Volume I - Experience and past Performance Volume shall provide information in the following sections and not exceed 15 pages total: Executive summary. Provide an executive level summary of the Experience and Past Performance Volume. (Max 2 pages) Experience: Experience - Management. Provide an overview of corporate technical capabilities and experience in providing support to government for tasking similar to the task statements below (Para 3g). (Max 4 pages) Experience - Technical. Provide concise two-page resumes of potential fills. The potential fill shall possess the experience/ability to use and maintain the Lenel OnGuard and university database system to support the Security mission and experience in the Joint Personnel Adjudication System (JPAS) and Joint Clearance Access Verification System (JCAVS). (Max 3 pages) Clearance : All contractor personnel shall possess or be able to obtain at a minimum a Secret Clearance with eligibility based on a Single Scope Background Investigation (SSBI) and the ability to obtain a Security Plus certified IAW DoD Directive 8570.01. All contractor personnel shall have the eligibility to obtain a TOP SECRET clearance with DCID 6/4 Eligibility. Experience Technical The offeror shall clearly demonstrate potential fills possess a high level of understanding of personnel security programs and guidelines. The incumbent must possess excellent skills in the following: i. Process and prepare Security Identification building badges. ii. Maintain and update NDU Security System database including the NDU personnel database pertaining to the security portion of the database. iii. Post, update, verify and validate investigations and clearance levels using the Joint Personnel Adjudication System (JPAS) and Joint Clearance Access Verification System (JCAVS). iv. Prepare and submit Visit Clearance Certification letters and maintain the "Perm Cert" roster of incoming visit certifications. v. Prepare security folders for new employees and update contractor access requirements as provided by their NDU issued contract. vi. Provide security support during heavy workload periods, i.e. student in-processing and during student out-processing annually Personnel and Informational Security (ii) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price. (iii) Delivery: Offerors must meet the required delivery date or be able to start period of performance on the required period of performance. (iv) Responsibility: Offerors must meet the standard for FAR 9.104. (b) 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) DLA Contracting Services Office is soliciting on behalf of the National Defense University, Fort Lesely J. McNair Security Directorate for Security Administration Assistant. See the attached Statement of Work for additional information. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. This Request for Quote SP4705-11-T-0017 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-49, DFAR, and DLAD. This announcement constitutes the only solicitation; firm-fixed-price quote for the purchase of the following service(s) are being requested and a written solicitation will not be issued. The North American Industry Classification System Code is 561110 and the size standard is $7.0 Million. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration (CCR) site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL. The additional FAR Provisions and Clauses are applicable to this procurement: 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offeror - Commercial Items 52.212-2 Evaluation - Commercial Items 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration) 52.233-3 Protest After Award 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports The full text of the FAR and DFARS can be accessed on the Internet at http://farsite.hill.af.mil ******************************************************************************************* CLIN 0001: Security Administration Support Services; Unit of Issue: 12 Months. The contractor shall provide all labor, materials, and supervision to provide the services required in accordance with the Statement of Work (SOW). CLIN 0002: Extended Security Administration Support Services - Overtime; Not to Exceed 150 hours of Overtime for 12 Months. ******************************************************************************************* The closing date for receipt of quotes is May 27, 2011 at 9:00 am EDT. Quotes are to remain effective for 60 days after close of solicitation. Interested parties must include within their submission a technical package which clearly addresses the technical requirement identified within the Statement of Work. The technical package must address 1) Personnel Staffing and 2) Past Performance. Offers may be submitted on company letterhead stationery and must include the following information: Solicitation Number, CLINs, Unit of issue, Price per CLIN, FOB point, Unit Price, the business size standard and any minority classification; start date, and Representation and Certifications contained in FAR Clause 52.212-3, including Alternate 1. Facsimile quotes are acceptable and may be forwarded via fax number 703-767-1183. Point of contact is Ronald Fairley, phone 703-767-1175, and email: ronald.fairley@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-11-T-0017/listing.html)
 
Place of Performance
Address: National Defense University, Security Division Office, Ft. Lesley J. McNair, District of Columbia, 20319, United States
Zip Code: 20319
 
Record
SN02457006-W 20110527/110525235117-656e858b197199ec9d2734697e219d08 (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.