Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
MODIFICATION

D -- SharePoint Services

Notice Date
7/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
 
ZIP Code
78234-1361
 
Solicitation Number
0010654710
 
Response Due
7/16/2015
 
Archive Date
8/31/2015
 
Point of Contact
Vincent Fontenot, 2104662189
 
E-Mail Address
MICC Center - Fort Sam Houston (JBSA)
(vincent.a.fontenot.civ@mail.mil)
 
Small Business Set-Aside
HUBZone
 
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. SHAREPOINT SERVICES for U.S. Army Southern Regional Medical Command Solicitation Number: 0010654710 Agency: Department of the Army Office: Army Contracting Command, MICC Location: MICC Center- Fort Sam Houston (JBSA) 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. Solicitation Number- 0010654710 This notice shall be considered a Request for Proposal. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular FAC 2005-82. This requirement is a Hubzone set-aside and only qualified offerors may submit proposals. The North American Industry Classification System (NAICS) code for this acquisition is 541512 Computer Systems Design Services, with a corresponding Small Business Size Standard of $25.5 million. System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION). Questions regarding this Request for Proposal should be directed to the Contracting Officer and the Contract Specialist. For this acquisition, the Contracting Officer is Mr. Danny Choice, E-mail: danny.l.choice.civ@mail.mil and the Contract Specialist is Mr. Vincent A. Fontenot at vincent.a.fontenot.civ@mail.mil. All inquiries must be made in writing. All proposals shall be received on or before COB on 16 July 2015 via email to Vincent A. Fontenot at vincent.a.fontenot.civ@mail.mil or by mail to Mission and Installation Contracting Command, Mission division Contracting Office - Fort Sam Houston, ATTN: Vincent Fontenot, 2205 Infantry Post Road, Bldg. 604, 1st Floor, Fort Sam Houston, Texas 78234-1361 will be considered by the Government. The subject of your email must include your company's legal name, state the nature of your email and include the Solicitation Number For example, the subject of your email should be similar to the following: a) Company XXXXX Solicitation Number 0010654710 b) Company XXXXX Question Regarding Solicitation Number 0010654710 Questions must be submitted no later than 23 June 2015 at 3:00 PM CST. This RFP includes the following sections and attachments: DESCRIPTION Section 1Commercial Item Terms and Conditions Section 2Instructions for submitting your proposal (2-A) Addendum to 52.212-1,Basis for Award (2-B), and Evaluation Criteria (2-C) Addendum to 52.212-2. Attachment 1PWS/PRS Attachment 2CLIN Schedule Attachment 3Installation Entry Procedures Contract Type: The Government contemplates award of the following contract type: 1 Firm-Fixed Price with Cost Reimbursable CLINs for Travel and Overtime Period of Performance: Base Period XX Sep 15 - XX Sep 16 1st Option Period XX Sep 16 - XX Sep 17 2nd Option Period XX Sep 17- XX Sep 18 3rd Option Period XX Sep 18- XX Sep 19 4th Option Period XX Sep 19- XX Sep 20 Section 1-Commercial Terms and Conditions The offeror must comply with the following commercial item terms and conditions: Submission requirements for all offerors are identified by addendum on FAR Clause 52.212-1. Offeror is directed to pay special attention to FAR Clause 52.212-1 and 52.212-2 when submitting proposal. The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition (see Addendum in section 2). The provision 52.212-2, Evaluation-Commercial Items, applies to this procurement (see Addendum in section 2). Offerors are reminded to complete Offeror Representations and Certifications on-line at https://www.sam.gov/portal/public/SAM/ prior to submitting an offer as required in provision 52.212-3. The following clauses apply to this solicitation: Clause 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the additional FAR clauses cited in the clause are applicable: 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards, 52.204-14 Service Contract Reporting Requirements, 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-9, Updates of Publicly Available Information Regarding Responsibility, 52.219-1 Alt 1 Small Business Program Representation,52.219-3 Notice of Hubzone Set-Aside or Sole Source Award, 52.219-8,Utilization of Small Business Concerns, 52.219-14, Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Representation, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities,, 52.222-26 Equal Opportunity, 52-222-35 Equal Opportunity for Veterans, 52.222-36 Equal Opportunity for Workers with Disabilites, 52.222-37 Employment Reports on Veterans, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, 52.222-54 Employment Eligibility Verificaiton,52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, 52.222-41 Service Contract Labor Standards, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222- 43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment 52.204-9, Personal Identity Verification of Contractor Personnel DFARS 52.201-7000 Contracting Officers Representative DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.227-7015 Technical Data-Commercial Items DFARS 252.232-7003, Wide Area Work Flow DFARS 252.232-7010 Levies on Contract Payments 1 FAR 52.217-8 - Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the end of the contract period. 1 FAR 52.217-9 - Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at least 30 days prior to expiration of the contract period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. Addendum to 52.212-1 Instructions to Offerors-Commercial Items Section 2-A Instructions for Submitting Your Proposal 1. The Offeror proposal shall consist of two (2) volumes: Technical and Price. An electronic copy of both volumes, as separate attachments, shall be emailed to the contracting officer and contract specialist, identified above, no later than closing date/time of the RFP. (NOTE: Facsimile offers are unacceptable) Electronic submission shall be formatted to print on either letter (8.5 quote mark by 11 quote mark ) or legal (8.5 quote mark by 14 quote mark ) sized paper only. All pricing information shall be addressed ONLY in Volume II, Price. Each Offeror is limited to only one proposal. 2.Each volume of the Offeror proposal shall be provided in the number of original and sanitized copies as shown below. Sanitized copies shall exclude any information that would identify them or their company (i.e. name, address, telephone numbers, employees' names, photos, etc.). The sanitized pages shall contain the Offeror Commercial and Government Entity (CAGE) Code on the top right corner of each page of the sanitized technical proposal. All pages of each proposal shall be appropriately numbered, and be identified with the RFP number (W9124J-15-R-0040). A table of contents identifying the major areas by title as well as page number shall be provided with the proposal. Minimum proposal font size shall be 11. 3.Page Limit Includes: All appendices, charts, graphs, diagrams, tables, photographs, drawings, etc. Only one side of a page shall be used and have at least 1 inch margins on the top and bottom and 3/4 inch side margins. 4.Page limitation does not include cover pages, table of contents, resumes, certificates and letters of commitment. Pages marked quote mark This page intentionally left blank quote mark will not be counted. 5.Volume titles and copy requirements are as set forth below: VOLUMETITLEPage LimitationNUMBER OF COPIES Volume ITechnical Proposal 25One Original and One Sanitized Copy Volume IIPrice Proposal NoneOne Original 6.All volumes, shall be submitted in Microsoft Word 2007 or Microsoft Excel 2007 or earlier format, and should not be read only or password protected in the number of copies listed above. Offerors shall perform a virus check prior to proposal submittal. 7.Offeror's must identify the RFP number in the Subject Line of the email and should include quote mark # of # quote mark if multiple emails are required for submission of entire proposal. Offerors are advised to submit electronic documents early and confirm successful transmission/receipt. Offerors also may want to consider sending more than one email to ensure size limitations will not hinder transmission. The Government POC will provide a return response signifying receipt of the transmissions. 8. Your proposal shall include the following information: 1 Technical Proposal (Volume I): Sub-Factor 1 - Management and Staffing Approach: Documented evidence of the Offeror's ability to provide personnel who meet all qualifications requirements. Provide your plan to acquire and retain qualified personnel throughout the life of the contract. Discuss how proposed personnel meet all minimum qualification requirements specified in the RFP for the duties/positions they are proposed to perform. Offeror shall identify proposed personnel by name and provide an accompanying resume for each. Also, readable copies of all certifications and a signed letter of commitment from individuals named in the resumes is also required. Proposed staffing in the Technical volume must be consistent with the staffing addressed in the Price volume. Sub-Factor 2 - Training Approach- Offerors shall provide their training approach that addresses how it trains, qualifies, and certifies personnel to meet mission requirements prior to assuming a position. The Army views the potential staffing of uncertified personnel as a contract performance risk. Offerors shall propose methods/procedures to mitigate this risk. At a minimum, Offerors shall describe their approach/methodology/controls for ensuring only fully certified personnel are assigned duties under this contract. Discuss training documentation and monitoring of training requirements, including certifications. Sub-Factor 3- Past Performance- The government will review information contained in automated systems such as Past Performance Information Retrieval System (PPIRS) and any relevant past performance information the Government may obtain from other sources. No submittal is required. 1 Price Proposal (Volume II). Offerors shall include all information and supporting documentation relating to the price, in Volume II, Price. Offerors must ensure that no pricing information is displayed in the Technical Volume; however, this restriction does not preclude the Offeror from describing staffing levels relevant to the Offeror's proposal. 1 Offerors shall submit an offer, rounded to the nearest dollar, on all CLINs, including option year CLINs, listed in proposed price schedule at Attachment 2. The total proposed amount of each offer will be the sum of the Offeror's proposed prices for all CLINs for the base year and the option years. Plug figures are provided for Travel and Overtime on cost reimbursable CLINS. The plug figures are used as estimated values for those CLINS. Only use these figures when preparing your proposal. Failure to use these plug figures could mean that your proposal is non-responsive. Include a total price for the proposal. Failure to furnish a complete proposal, at the time of proposal submission, may result in the proposal being rejected from consideration for award. The Government will not accept any changes to the Offeror's proposal after the closing date and time. Addendum to 52.212-2 Evaluation-Commercial Items 2-B Basis for Award: The Government intends to award a single contract to the Offeror whose proposal, conforming to the PWS will provide the overall best value to the Government utilizing a Lowest Price Technically Acceptable approach. Proposals are evaluated to determine whether they meet the acceptability levels for the Technical evaluation factor and sub factors. Tradeoffs are not permitted and additional credit is not given for exceeding minimum acceptability. The Government intends to evaluate proposals and award a contract without discussions with Offerors. Therefore, the Offeror's initial proposal should contain its best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions and request final revised proposals if determined by the Contacting Officer to be necessary. The Government may reject any or all proposals if such action is in the best interest of the Government. For a proposal to be determined quote mark Technically Acceptable quote mark and receive consideration for award, the proposal must receive a rating of quote mark Acceptable quote mark for all technical sub factors. A consensus or overall rating of either quote mark Acceptable quote mark or quote mark Unacceptable quote mark determines whether the proposal may be considered for award Acceptable: Proposal provides sufficient details that the Government can determine that the proposal satisfactorily meets the specified minimum performance or capability requirements of the Performance Work Statement and RFP through adequately addressing all the requirements. Proposal clearly shows that the Offeror fully understands and can perform the requirements as delineated in its proposal for the proposed price indicated in its proposal. There is a satisfactory probability of meeting requirements with little or no technical risk. Unacceptable: Proposal does not meet the specified minimum performance or capability requirements necessary for acceptable contract performance. Proposal has been presented with major omissions or misunderstandings or has inadequate detail to assure the evaluator of an understanding of the proposal. Proposal clearly shows that the Offeror does not fully understand and cannot perform the requirements as delineated in its proposal for the total proposed price indicated in its proposal. There is little or no probability of meeting the requirements with a high technical risk. The proposal cannot meet the requirements without major revisions 2-C Evaluation Criteria 1 Technical. The evaluation process will consider the following in determining offers Technically Acceptable or Unacceptable. a. Sub factor 1 - Management and Staffing Approach. Under this sub factor the Offeror's proposal will be evaluated for its ability to obtain and maintain necessary qualifications and certifications to meet the Government's requirement identified in the PWS. The assessment, at a minimum, will be based on the following technical requirements: (i)A resume, readable copies of certifications and signed letters of intent are submitted for each person that meets the PWS requirements. (ii)Proposal clearly describes how proposed personnel meet the minimum qualifications and certifications for this requirement. (iii)Methods/approaches are described that clearly facilitate recruitment and retention of qualified and certified personnel for the duration of the contract. b. Sub factor 2- Training Approach. Under this sub factor, the Offeror's proposal will be evaluated for its training approach to meet or exceed the Government's requirements identified in the PWS.. Additionally, procedures and controls are presented that ensure only fully qualified and certified personnel are assigned duties under this contract. c. Sub factor 3 - Past Performance. Under this sub factor the offerors past performance will be evaluated and assessed utilizing the information obtained from Past Performance Information Retrieval System (PPIRS) and any relevant past performance information the Government may obtain from other sources. 1 Price: The price evaluation will document the reasonableness of the total proposed evaluated price. The proposed prices will be evaluated for price reasonableness and balance in terms of ability to execute the proposed approach for the price proposed. The price proposal will not be given an adjectival rating. The Government may reject an offer as unacceptable if it is materially unbalanced as to the prices for the basic requirement and the option quantities. Evaluation of options shall not obligate the Government to exercise the option(s). a.The Government shall rank all offers by price, including option prices and extension prices. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f1ff495cc1b8dc2f1557e3f400742c70)
 
Place of Performance
Address: U.S. Army Southern Regional Medical Command Fort Sam Houston Fort Sam Houston TX
Zip Code: 78234-1361
 
Record
SN03784363-W 20150704/150702234637-f1ff495cc1b8dc2f1557e3f400742c70 (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.