Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

D -- Statisctical Analysis System (SAS) Assessment - SOW Attachment# 1 - Evaluation Factors for Award

Notice Date
9/18/2014
 
Notice Type
Cancellation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Agricultural Research Service - National Capital Region Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SBS-14-709760-2
 
Archive Date
10/10/2014
 
Point of Contact
Jessica Massey, Phone: 970-492-7046
 
E-Mail Address
jessica.massey@ars.usda.gov
(jessica.massey@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Evaluation Factors for Award attachment #2 Statement of Work Attachment#1 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and no other written solicitation will be issued. The United States Department of Agriculture, National Agricultural Statistics Service (NASS) has a need for Statistical Analysis System (SAS) Assessment. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-76 effective 25 July 2014. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.acquisition.gov/far. This is a Request for Quotation (RFQ) and the solicitation number is AG-32SB-S-14-709760. The associated NAICS code is 541511. This will be a firm fixed price award. This is a Small Business Total Set Aside. OFFER SUBMISSION INSTRUCTIONS: Proposals must include the following items. Submission of a proposal that does not contain all items requested below may result in elimination from consideration for award. 1. Proposals may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, and Tax Identification Number (4) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) This RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-20. In accordance with 12.603(c)(2)(xii), the following FAR clauses are incorporated in this notice and any resultant contract through clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (July 2014): 52.222-50, 52.233-3 and 52.233-4,. The following provisions are hereby incorporated by reference: 52.204-3 Taxpayers Identification (Oct 1998); 52.212-1 Instructions to Offerors (FEB 2012); 52.212-4 Contract Terms and Conditions-Commercial Items (May 2014); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (July 2014); 52.212-3 Representation & Certifications (DEC 2012); 52.239-1 Privacy or Security Safeguards (Aug. 1996); 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013); The full text of these and any clauses may be accessed electronically at http://acquisition.gov/far/index.html. The following AGAR clauses are incorporated and can be accessed electronically at http://farsite.hill.af.mil/vfagara.htm. They are: AGAR 452.237-75 Restrictions Against Disclosure (FEB 1988) 2. Proposals must be submitted via one of the following methods by 10am MST Thursday September 25, 2014, Email to: Jessica.Massey@ars.usda.gov; Fax to: 970-492-7031, Attn: Jessica Massey. Please see the following attachments: 1. Statement of Work (SOW)-Attachment# 1 2. Evaluation Factors For Award- Attachment# 2 **Questions on this solicitation are due to me Jessica Massey via email, no later than 12pm MST Monday September 22, 2014. Vendors are to submit a minimum of 1 resume for the proposed candidate(s). The candidate(s) resume needs to demonstrate their qualifications from the Statement of Work and the evaluation factors for award, along with the company's demonstration of qualifications on a separate proposal. ***NO SUBMISSIONS WILL BE ACCEPTED OTHER THAN THOSE METHODS STATED ABOVE. NO EXCEPTIONS. NOTE: All contractors MUST be registered in the System for Award Management (SAM) Database to receive an award. Information on registration may be obtained by calling 866-606-8220 or via the internet at https://www.sam.gov. 3. Basis for Award- The award decision will be made based on meeting all requirements of the attached characteristics document, proposal submission requirements; that represents the best value to the Government. The technical proposal and Business proposal will be used to make an evaluation and arrive at a determination as to whether the proposal will meet the requirements of the Government. Therefore, the technical proposal must present sufficient information to reflect a thorough understanding of the requirements and a detailed, description of the techniques, procedures and program for achieving the objectives of the specifications/statement of work. Proposals which merely paraphrase the requirements of the Government's specifications/statement of work will be considered unacceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bca2051405b183e506095f6ea77a0bf0)
 
Place of Performance
Address: 1400 Independence Avenue, SW, Washington, District of Columbia, 20250, United States
Zip Code: 20250
 
Record
SN03517656-W 20140920/140918235315-bca2051405b183e506095f6ea77a0bf0 (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.