Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

D -- SIPRNet System and Network Administrator

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
MICC - Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
 
ZIP Code
29207-5491
 
Solicitation Number
W9124C-11-R-0016
 
Response Due
9/12/2011
 
Archive Date
11/11/2011
 
Point of Contact
Marvinia Adams, 803-751-2593
 
E-Mail Address
MICC - Fort Jackson
(marvinia.j.adams@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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. (i) 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. (ii) The solicitation number, W9124C-11-R-0016, is issued as a request for proposal (RFP), seeking contractors that can provide a SIPRNet System and Network Administrator as listed in this solicitation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, effective 4 August 2011. (iv) A notice regarding any set-aside and the associated NAICS code and small business size standard. This solicitation will be Total Set Aside for Service Disabled Veteran Owned Small Business (SDVOSB) Concerns. Proposals received from other than total SDVOSB will not be considered. The associated NAICS code is 541513, Computer Facilities Management Services, and size standard is $25M (v) Contract line item number(s) and items, quantities and units of measure, (including option(s)) are as follows: CLINSERVICESQUANTITYUNIT OF ISSUE 0001SIPRNet Sys Support12 Months 0002SIPRNet Sys Support-OvertimeTo Be Proposed By Contractor IAW PWS 0003CMR1 Each 1001SIPRNet Sys Support12 Months 1002SIPRNet Sys Support-OvertimeTo Be Proposed By Contractor IAW PWS 1003CMR1 Each 2001SIPRNet Sys Support12 Months 2002SIPRNet Sys Support-OvertimeTo Be Proposed By Contractor IAW PWS 2003CMR1 Each (vi) The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Systems and Network Administrator services as defined in the Performance Work Statement (PWS) except for those items specified as government furnished property and services. The contractor shall perform to the standards in the contract. (vii) Date(s) and place(s) of delivery and acceptance and FOB point are as follows: CLIN(s)DELIVERY DATESHIP TO ADDRESSACCEPTANCE & FOB 0001-000428 SEP 11 TO 27 SEP 12Fort Jackson, SCGOVERNMENT/DESTINATION 1001-100428 SEP 12 TO 27 SEP 13Fort Jackson, SCGOVERNMENT/DESTINATION 2001-200428 SEP 13 TO 27 SEP 14Fort Jackson, SCGOVERNMENT/DESTINATION (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, with its addenda, as follows, applies to this acquisition. ADDENDUM TO 52.212-1 - See Attachment (ix) The provision at 52.212-2, Evaluation -- Commercial Items, and the specific evaluation criteria included in paragraph (a) of that provision applies to this acquisition as follows: (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 following factors shall be used to evaluate offers: 1. Technical Proposal The technical proposal shall consist of the offeror's technical approach for satisfying the government's requirements. The technical proposal shall clearly delineate the division of performance between the prime contractor and any subcontractor(s), if applicable. The Offeror's technical approach shall consider the following three elements: a. Relevant Experience: The Offeror shall describe its relevant experience in providing services of similar scope and complexity to the solicitation requirements. Information submitted to describe relevant experience must directly relate to the Contractor and/or subcontractor. Description of service experience should reference PWS paragraphs it applies to. b. Management/Technical Approach: The Offeror shall focus on how they plan to staff, manage and accomplish the requirements as contained in the PWS. The proposal shall address quality of business practices (e.g., attention to customer service awareness and response), assuring quality service, minimizing personnel turnover of both key and non-key personnel, contingency plan to handle schedule and unscheduled leave, transition plan to be fully operational by the date stated in the PWS, and ensuring overall timely delivery of services. The Offeror should provide sufficient information to show that they understand the nature of the work and have a plan for providing the described services. Transition period is not funded. c. Personnel: The Offeror shall describe the personnel resources proposed, their availability, and their roles/responsibilities in relation to implementation of these requirements. The offeror shall also identify key personnel (listed below) and their relevant experience, and credentials (e.g., number of years experience, clearances, certifications, professional recognition/commendations). Certification certificates and clearance documents are excluded from the page limitations listed above. Key Personnel: Systems and Network Administrator Systems and Network Administrator shall have a minimum of five years of experience with automation equipment troubleshooting, systems analysis, hardware installation and maintenance, software testing, software installation and maintenance, network installation and maintenance, database administration/design, and project management experience identified in the PWS. 2. Past Performance Past performance information shall be obtained from any other sources available to the Government to include, but not limited to, PPIRS or other databases; interviews with Program Managers, Contracting Officers, and Fee-Determining Officials; and the Defense Contract Management Agency. 3. Cost/Price Proposal The cost proposal quoted under the requested contract vehicle, shall be valid for 90 days, and should reflect the following information: 1. The labor category, price per hour (in dollars), and number of full time employee (FTE). 2. If there is proposed subcontractor work, this work should be within the scope of the prime contractor's schedule (please acknowledge and state this in your proposal) and proposed under the prime contractor's schedule labor categories and applicable rates. 3. If there is proposed subcontractor work, this work should be within the scope of the prime contractor's proposal and proposed under the prime contractor's labor categories and applicable rates. The Offeror shall submit an original and one copy of its price proposal. The Offeror's price proposal shall consist of a completed Section B. The offeror shall propose a firm-fixed-price for this effort. In addition, any exceptions to this solicitation should be submitted with the price proposal. No adjectival ratings will be used to evaluate 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 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) 1. BASIS FOR AWARD: The award will be made based on the lowest priced technically acceptable proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the two (2) evaluation factors: Technical Approach, and Cost. The solicitation will state tradeoffs are not permitted. Management, relevant experience, and personnel will be evaluated as elements of technical approach. The contract will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. The acceptable proposal with the lowest overall price (including option prices) will be deemed the most advantageous to the Government. 2. EVALUATION CRITERIA: Technical Proposal will be rated as "Acceptable/Non Acceptable". All proposals deemed "Acceptable" will be considered for award. To receive consideration for award, a rating of "Acceptable" must be achieved for the technical approach. The government reserves the right to evaluate the lowest priced proposal first and if it is acceptable then make award to that offeror. In the event that the lowest price proposal is not acceptable, then the second lowest proposed price proposal is evaluated and if acceptable then awarded. The Government reserves the right to hold discussions if deemed necessary. If discussions are deemed necessary the competitive range will be established first and discussions will be held only with those offerors determined to be within the competitive range. The apparent successful offeror's past performance will be evaluated as part of the Contractor Responsibility Determination, to ensure the presence of an acceptable performance record in accordance with FAR 9.104-1(c). Past performance information shall be obtained from any other sources available to the Government to include, but not limited to, PPIRS or other databases; interviews with Program Managers, Contracting Officers, and Fee-Determining Officials; and the Defense Contract Management Agency. No adjectival ratings will be used to evaluate Price. Proposed prices will be evaluated for fair and reasonableness using price analysis techniques. 3. As part of the price evaluation, the Government will evaluate the Option to Extend Services under FAR Clause 52.217-8 by adding one-half of the offeror's final option period price to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, first option, second option, and one-half of the second option. Definitions for Acceptable/Unacceptable for Technical Approach: ACCEPTABLE. A technical approach that meets all specified minimum performance, capability, qualification, certification, education, and/or security requirements necessary for satisfactory performance. Approach is sound and executable. UNACCEPTABLE. A technical approach that contains a major error(s), omission(s) or deficiency(ies) that indicate a lack of understanding of the problems, or an approach that cannot be expected to meet the requirements of the PWS and involves a very high risk of unsuccessful performance; and none of these conditions can be corrected without a major rewrite or revision of the proposal. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, with its addenda applies to this acquisition as follows: ADDENDUM TO 52.212-4 - See Attachment (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows: 52.222-50, Combating Trafficking in Persons (FEB 2009) 52.233-3, Protest After Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004) 52.219-28, Post Award Small Business Program Representation (APR 2009) 52.222-3, Convict Labor (JUNE 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (JUL 2010) 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) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-54, Employment Eligibility Verification (JAN 2009) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.239-1, Privacy or Security Safeguards (AUG 1996) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services (FEB 2009) (xiii) No contract financing arrangements or warranty requirements have been determined by the contracting officer to be necessary for this acquisition. (xiv) The Program Identification Symbol under DPAS regulation (15 CFR 700) for this contract is C2. (xv) Offers are due no later than 12:00pm on 12 September 2011. Electronic submissions via email or fax will not be accepted. Offers shall be mailed through a commercial/Government carrier or hand carried. Proposals must be mailed to: Mission & Installation Contracting Command Official Business - ATTN: MARVINIA ADAMS 4340 Magruder Avenue Fort Jackson, SC 29207-6810 (xvi) Contact Marvinia Adams, Contract Specialist, for information regarding the solicitation via email at marvinia.j.adams@us.army.mil. QUESTIONS must be received via email NLT 12:00pm, 06 September 2011 EST to allow time for response. Questions after this time may not be answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/860eed3e4d91c2b86fdd48bcb1db5e6a)
 
Place of Performance
Address: MICC - Fort Jackson Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC
Zip Code: 29207-5491
 
Record
SN02554845-W 20110901/110830235245-860eed3e4d91c2b86fdd48bcb1db5e6a (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.