Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
MODIFICATION

D -- Contractor Support for IT/IM Services for US Army Medical Department Center School

Notice Date
9/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J-11-T-BAIT
 
Response Due
9/26/2011
 
Archive Date
11/25/2011
 
Point of Contact
Cedric Hargrove, 210-221-1704
 
E-Mail Address
MICC Center - Fort Sam Houston (JBSA)
(cedric.hargrove.civ@mail.mil)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 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 also uses the simplified acquisition procedures contained in FAR Part 13. SYNOPSIS: 1.Action code: N/A 2.Date: 23 Sep 3.Year: 2011 4.Contracting Office Zip Code: 78234-5015 5.Classification Code: D Information Technology and Technical Services 6.Contracting Office Address: 2199 Storage St. STE 15, Fort Sam Houston, TX 78234-5015 7.Subject: Contractor Support for IT/IM Services for US Army Medical Department Center School 8.Proposed Solicitation Number: W9124J-11-T-BAIT 9.Closing Response Date: Close -Sep 26, 2011 at 12:00PM CST 10.Contact Point or Contracting Officer: Cedric Hargrove 11.Contract Award and Solicitation Number: TBD 12.Contract Award Dollar Amount: TBD 13.Contract Line Item Number: 14.Contract Award Date: TBD 15.Contractor: TBD 16.Description: a.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-12. All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. Quote shall be labeled with the solicitation number. b.The Government intends to contract for a non-personal services contract to provide Contractor Support for IT/IM Services for US Army Medical Department Center School. c.PWS is attached at the end of this Combined Synopsis/Solicitation. d.The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Provide your technical approach to satisfying the requirements of the PWS. Complete the proposed CLIN structure as defined in section 13 of this combined synopsis. e.The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. i.The Government will award to the offeror whose proposal provides the best value to the Government based upon the evaluation factors. Award will be made to a single offeror and the basis of award will be Lowest Price Technically Acceptable (LPTA) of proposals meeting or exceeding the acceptability standards for non-cost factors. Tradeoffs are not permitted. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. ii.Unrealistically low cost/prices may be grounds for eliminating a proposal from competition on the basis that the offeror does not understand the requirement. iii.The Government will evaluate the offeror's technical proposal to determine whether it satisfies the requirements of the PWS and is executable as proposed. iv.A determination will be rendered as to whether the technical proposal is evaluated as Acceptable or Unacceptable as follows: 1.Acceptable. Technical Proposal meets all specified minimum performance and be in compliance with the PWS of this Combined Synopsis. Approach is sound and executable. 2.Unacceptable. Does not meet one or more of the specified minimum performance or capability requirements stated in the PWS. One or more aspects of the proposal questions the executable of the approach (es) proposed. The Government will employ a Lowest Price Technically Acceptable (LPTA) evaluation method for this requirement. The Government will evaluate the offeror's proposal to determine if the proposed price is fair and reasonable. Factor 3 - Price: Price will not be assigned an adjectival rating. All pricing information shall be addressed in the completed Solicitation. Information shall be limited to the Contract Line Item Number (CLIN) as specified in the Schedule. The offeror's CLIN prices will be evaluated for reasonableness and balance. (1) Reasonableness - The existence of adequate price competition is expected to support a determination of reasonableness. Other price analysis techniques in accordance with FAR 15.404-1(b) may be used to further validate price reasonableness. If adequate price competition is not obtained or if price reasonableness cannot be determined using price analysis of Government obtained information, additional information in accordance with FAR 15.402(a) may be required from the offeror to support the proposed price. Unreasonably low or high proposed prices may be grounds for eliminating a proposal from competition. (2) Total Evaluated Price - The total evaluated price to be used for the determination of reasonableness will be calculated as follows: (i).The evaluated price for each CLIN is the unit price proposed for the CLIN multiplied by the quantity specified in the Schedule for that CLIN. (ii). The evaluated price for the "Option to Extend Services" will be calculated as follows: (1) The unit price proposed for CLIN 1001 will be multiplied by 12 months. (2) The unit price proposed for CLIN 2001 will be multiplied by 12 months. (3) The unit price proposed for CLIN 3001 will be multiplied by 12 months. (4) The unit price proposed for CLIN 4001 will be multiplied by 12 months. (5) The sum of the CLINs 1001 through 4001 as calculated under (2)(ii)(1) and (2)(ii)(2) and as provided under (2)(ii)(3) is the evaluated price for the "Option to Extend Services". (6) Offerors are required only to price the base and option periods. Offerors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period. (iii).The sum of all the CLINs' evaluated price (Basic Year and Options) plus the evaluated price for the "Option to Extend Services" represents the total evaluated price. (3) Balanced Pricing - Offerors are cautioned against submitting an offer that contains unbalanced pricing. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items (including Basic and Option Years) is significantly overstated or understated as indicated by the application of cost or price analysis techniques. Offers that are f.Offeror is required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. g.The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. h.The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Each of the additional FAR clauses cited in the clause are applicable to this acquisition: i.52.222-3, Convict Labor ii.52.222-21, Prohibition of Segregated Facilities iii.52.222-26, Equal Opportunity iv.52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans v.52.222-36, Affirmative Action for Workers with Disabilities vi.52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans vii.52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration viii.The clause at 252.201-7000 Contracting Officer's Representative, applies to this acquisition. ix.The clause at 252.232-7003, Electronic Submission of Payment Requests, applies to this acquisition. 17.Place of Contract Performance: 3630 Stanley Rd, Bldg 2840 Rm 036, Fort Sam Houston TX 78234. 18.Set-aside Status: Economic Disadvantaged Woman Owned Small Business (NAICS 541513 Computer Facilities Management Services) 19.Date, Time and Place: Offer is due to MICC-MCO-FSH, 2199 Storage Street, STE 15, Fort Sam Houston, Texas 78234-5015. Offer is due by 12:00PM CST on 26 Sep 2011. No further questions. 20.Government Point of Contact: The point of contact for this combined/synopsis solicitation is Cedric Hargrove, Contracting Specialist, (210) 221-1704, cedric.hargrove.civ@mail.mil. For a copy of the solicitation in a more readable format than what is provided by FedBizOpps then please send an e-mail request to Cedric Hargrove. 21.Period of Performance: 30 Sep 2011 - 29 Sep 2012, with four (4) one (1) year options. 22. Attachments:PWS, Wage Determination, Q's & A's, Combined Synopsis/Solicitation, Additional Services and Clin Structure
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fbe8640ddabe5c021fb66caafb9581bf)
 
Place of Performance
Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
 
Record
SN02589840-W 20110925/110923235049-fbe8640ddabe5c021fb66caafb9581bf (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.