Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2011 FBO #3616
SOLICITATION NOTICE

D -- INFORMATION TECHNOLOGY SUPPORT AUGMENTATION

Notice Date
10/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
USPFO for Georgia, P.O. Box 17882, Atlanta, GA 30316-0882
 
ZIP Code
30316-0882
 
Solicitation Number
W912JM11A0001
 
Response Due
11/17/2011
 
Archive Date
1/16/2012
 
Point of Contact
Andrea D Morrison, 6785696205
 
E-Mail Address
USPFO for Georgia
(andrea.d.morrison@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 combination Synopsis/Solicitation is prepared in accordance with the format in Subpart 12.6, as supplemented with additional information located in this notice. Proposals are being requested and this solicitation W912JM-11-A-0001 is being requested as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation, effective 04 August 2011. The USPFO for GEORGIA intends to establish a Blanket Purchase Agreement (BPA) to fulfill its requirement for Information Technology Support Technicians This procurement is a Total Small Business Set-Aside. The NAICS code is 541519, with a size standard of $25.0 Million. Description of Requirement: Manpower support for areas of Information Technology as defined in the attached Performance Work Statement (PWS). Immediately upon contract award the Government requires that the contract awardee be prepared to fill two (2) positions as defined in Paragraph 5.4.3 of the PWS. Additionally, the Government anticipates the need and reserves the right throughout the contract performance period to increase the number of personnel for any reason of the noted Positions as need arises and funding becomes available. The Government's intent is to establish a BPA for a period of five years; however the agreement shall be reviewed annually to determine its ongoing need. The Government also reserves the right to procure multiple awards at the inception of the award. Award of this BPA will represent the best value throughout its entirety. The Government estimates, but does not guarantee, that the volume of purchases through this agreement will be 1,000,000 annually with the total agreement not to exceed 6,500,000 over the term of the agreement. The Government is obligated only to the extent of authorized purchases through this agreement, which will be referred to as CALLS, actually made under this BPA. The Master BPA will not obligate any funds. Funds will be obligated by the individual CALLS made against the Master BPA. There will be no minimum purchase required under this BPA. It is the responsibility of the interested parties to review this site frequently for any updates/ amendments to any and all documents. No individual modification of any amendments will be provided. The Government will consider the following for award: A contract will be awarded to the Offeror who offers the best value in accordance with the following evaluation factors for this requirement: Past Performance, Past Experience, Technical & Management Approach and Price. Past performance weighting will be 20%, Past Experience weighting 20%, Technical & Management Approach will be 10%, and Price will be 50 %. Note: When all evaluation factors other than price are combined they are less important than price. However, all evaluation factors are important. The following provisions and clauses apply to this acquisition. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and the Offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4 with its Alternative I, Contract Terms and Conditions - Commercial Items. The clause at FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Orders - Commercial items (Deviation).Proposals will be evaluated and contract will be awarded to the offeror who offers the best value in accordance with the following evaluation factors for this requirement. SUBMISSION REQUIREMENTS The Offeror's proposal must be submitted in four parts: 1. Past Performance & Past Experience 2. Technical & Management Approach 3. Price Proposal 4. Company Information Each of the parts shall be separate and complete so that evaluation of each may be accomplished independently. To ensure unbiased source selection, please do not make reference or indicate company identification in the Technical and Past Performance submission. The term "Prime Vendor" or "Offeror" will be used in lieu of company name. This will also include names and references that could identify the contractor. Proposals will be submitted in one copy of each format: digital format and hard copy. Font shall be in Times New Roman or Arial and will be between a 10-12 pitch. 1. Past Performance: The Offeror must demonstrate, through past performance, ability to perform the work described in RF for Medical Surveillance Physical Exams. This is done by showing that they have met the creative expectations, successfully executed design development and project management, possess fabrication and installation skills and capabilities, and have been on time and on budget with past projects. Submit at least three (3) and not more than six (6) project samples of similar scope and magnitude described as follows: A brief narrative about the project, no more than three (3) pages, must contain at minimum but not limited to the following: Project Title Purpose Client name, phone number and email address in order to send Past Performance Questionnaire Completion date Staff involved Budget and any additional relevant information 2. Technical Proposal. Offerors are required to submit a comprehensive and complete technical proposal that demonstrates their ability to perform the work described in the Performance Work Statement (PWS). Offerors are cautioned to be responsive to all of the requirements of the PWS and provide sufficient information to allow evaluation of the proposals as listed in the Solicitation and this Synopsis. The technical proposal must be succinct, well written, and presented in a straight forward manner in an 8.5 x 11 format. Absolutely No pricing data shall be included in the technical proposal. For ease of evaluation, Offerors are to submit the technical proposal organized into the following three (3) parts: A. Plan of action and Statement of understanding. The Offeror must submit a plan of action and statement of understanding in two (2) parts: a) Plan of Action-The Offeror shall present a plan of action that describes the performance of the project. This should demonstrate the ability to perform tasks that are required in the PWS. b) Statement of Understanding-The Offeror shall submit a brief statement that demonstrates that he Offeror understands the mission statement and objectives the Government has establish for Physician Support Services. This cannot be a repeat or mere summary of the materials provided in this RFQ, but rather the Offeror's statement of his understanding of that work. Part 2 is expected to be no more than two (2) pages in length. B. Personnel Staffing / Production Capabilities. The Offeror shall identify all staff as appropriate. Offerors must submit brief profiles of the team, if applicable, which they propose to assign to the services. The submission should describe the capabilities, certifications and skills of each member. C. Management Plan/ Quality Control. Submit a management plan that briefly explains how the team is organized to respond to the needs described for the services. The Offeror should identify the overall effort proposed by the company as it relates to other work in which the company may be engaged. Key personnel should be identified along with each member's contribution to the project, as well as their commitment to the other work underway or planned. Include a simple staffing/ organization chart that identifies the various team members and their positions on the team. In Quality Control (QC) plan, include a description of how quality, timeliness and budgets shall be tracked and controlled, and the method of interaction and reporting to the Government. 3. Price Proposal Proposal shall contain all the cost information and will be used to evaluate the completeness, realism, and reasonableness of the cost numbers. The cost proposal must include all costs required to perform the work under this requirement for contract. 4. Company Information Submission will include the CAGE CODE, DUNS NUMBER, SOCIOECONOMIC STATUS/BUSINESS SIZE, GSA SCHEDULE (if applicable) and TAX ID NUMBER and any additional information that is relevant. This page will be no more than two (2) pages. The Government will award a BPA resulting from this solicitation to the responsible offerors whose proposal conforming to the solicitation will be most advantageous, "best value" to the Government. The Government intends to evaluate proposals and make award(s) without discussions with Offerors (except for needed clarifications as per FAR 15.306(a). Therefore, the offeror's initial proposal should contain the Offeror's best terms, as it pertains to cost and pricing. Do not assume you will have the opportunity to clarify, discuss, or revise your original proposal. At Government's discretion, Offerors may be asked for more information or to clarify their offer, request for such information doesn't constitute discussions. However, the Government reserves the right to conduct discussions if the Contract Officer later deems it necessary. The following clauses and provisions apply to this acquisition: FAR 52204-1 Approval of Contract (by local legal advisor); FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 with its Alternative I, Contract Terms and Conditions - Commercial Items. FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Orders - Commercial items (Deviation)with the following clauses in paragraph (b); FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36 Payment By Third Party; FAR 52.222-41 Service Contract Act of 1965, as Amended: FAR 52.222-42 Statement of Equivalent Rate for Federal Hires (see www.wdol.gov for wage determinations); FAR 52.217-5 Evaluation of Options; FAR 52.217-9 Option to Extend the Term of the Contract; 52.246-4 Inspection of Services-Fixed Price; FAR 52.247-34 F.O.B Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference(http://farsite.hill.af.mil). This solicitation incorporates one or more solicitation provisions and clauses by reference, with the same force and effect as is they were given in full text); FAR 52.252-5 Authorized Deviations in Provisions; DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.212-7000 Offeror Representations and Certification---Commercial Items; DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.243-7702 Request for Equitable Adjustment. Note: The full text of clause/provision may be accessed electronically at; http://farsite.hill.af.mil Note: It is the responsibility of the interested parties to review this site frequently for any updates/ amendments to any and all documents. No individual modification of any amendments will be provided. Vendors may obtain copies of the solicitation document for this requirement at www.nationalguardcontracting.org. No individual modification of any amendments will be provided, please be sure to monitor the National Guard Contracting Website previously mentioned for changes and updates/ amendments to any and all documents. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database and www.ccr.gov to be considered for award. All proposals must be submitted to Andrea Morrison via fax, email, or US Postal Service: Fax 678-569-6208; e-mail andrea.d.morrison@us.army.mil ; or mail directly to 935 East Confederate Avenue, Building 3 Purchasing and Contracting, Atlanta, GA 30316. Proposals are required no later than 17 November 2011, 12:00pm EST. All questions/inquiries must be addressed to the Contracting Officer in writing. Telephone inquiries will not be accepted nor will responses be received after 17 November 2011, 12:00pm EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA09/W912JM11A0001/listing.html)
 
Place of Performance
Address: USPFO for Georgia P.O. Box 17882, Atlanta GA
Zip Code: 30316-0882
 
Record
SN02608412-W 20111019/111017234311-78a2b1ad27f064d89eae8bf6886036a9 (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.