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
SOLICITATION NOTICE

D -- DOL Employment & Training Adminsitration (ETA) /Office of Info Sys & Tech (OIST) Legacy Support Services - Attachment #1: Statement of Work (SOW) - Attachment #2: Evaluation Criteria

Notice Date
7/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL-OPS-15-R-OIT-CNTR-0079_RJ
 
Archive Date
7/18/2015
 
Point of Contact
Rachel E. Johnson, , Donna McMullen,
 
E-Mail Address
Johnson.Rachel.E@dol.gov, mcmullen.donna.r@dol.gov
(Johnson.Rachel.E@dol.gov, mcmullen.donna.r@dol.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Evaluation Criteria (ref ix above), 6 pages SOW (pdf, 51 pages) This Combined Synopsis/Solicitation was prepared by the U.S. Department of Labor, Office of Procurement Services (OPS) pursuant to Federal Acquisition Regulation (FAR) Subpart 12.603 [Streamlined Solicitation for Commercial Items] to include the following additional information: (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format of 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) This Solicitation Number DOL-OPS-15-R-OIT-CNTR-0079_RJ is issued as a request for proposal (RFP) that will result in a single award of a firm-fixed-price contract using FAR Part 15 [Contracting by Negotiation] procedures to establish a new Indefinite Delivery Indefinite Quantity (IDIQ) contract vehicle for Legacy Information Technology (IT) support services. The contractor is to provide ongoing deliverables for program management, application operations and maintenance (O&M), application development, data warehousing, and systems integration. The SOW defines the scope of contractor deliverables required to support the OIST mission to effectively manage, maintain and improve ETA's enterprise technology services. (iii) This is a combined synopsis/solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-82/06-08-2015. (iv) The Contracting Officer (CO) has found and determined that the nature of the services to be provided is appropriate for 8(a) Set-Aside procurement. The associated North American Industrial Classification System (NAICS) code for this procurement is 541512 with a small business size standard of $27.50M. (v) The Contractor shall provide the following services at firm-fixed hourly rate for Base and subsequent four (4) Option Years - Contract Line-Item Number (CLIN) No. 1: Project Manager; CLIN No. 2: Project Engineer; CLIN No. 3: Computer Systems Analyst; CLIN No. 4: Data Architect; CLIN No. 5: Software Developer, Senior; and CLIN No. 6: Help Desk Analyst. (vi) The CLINs required above are described in the attached Statement of Work (SOW) to provide ongoing deliverables for program management, application operations and maintenance (O&M), application development, data warehousing, and systems integration. More details provided in the SOW. (vii) CLIN No. 1 through CLIN No. 6 shall be completed in accordance with Period of Performance stated in SOW and subsequent orders for services. (viii) The provision at FAR Subpart 52.212-1 [Instructions to Offerors - Commercial Items] applies to this acquisition. (ix) The provision at FAR Subpart 52.212-2 [Evaluation of Commercial Items] is hereby incorporated by reference into this combined synopsis/solicitation. The technical evaluation subfactors, when combined, are significantly more important than price and past performance in the overall evaluation of an Offeror's proposal. Past performance will be considered [see FAR Subpart 15.304 (Evaluation Factors and Significant Subfactors)] and in order to help the Government in its evaluation of past performance, Offerors shall provide at least three (3) current references with valid telephone numbers of customers for similar services. The technical evaluation subfactors of equal importance are: (1) understanding of the requirement; (2) staffing ability; (3) corporate experience; (4) corporate policies & procedures and (5) transition requirements. All technical subfactors, past performance and price evaluation criteria are described in detail in Attachment #2. (x) Offerors shall submit a completed copy of the provision at FAR Subpart 52.212-3 [Offeror representations and certifications -- commercial items] with their proposal. This provision can be found at the following website: http://www.arnet.gov/far/; if requested by an Offeror, a copy of far subpart 52.212-3 can be obtained by contacting the Contracting Officer. (xi) FAR Clause 52.212-4 [Contract Terms and Conditions -- Commercial Items] applies to this acquisition. (xii) FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items] applies to this acquisition and incorporates the following clauses: FAR Clause 52.202-1 [Definitions]; FAR Clause 52.203-6 [Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402)]; FAR Clause 52.203-17 [Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights.]; FAR Clause 52.215-22 [Limitations on Pass-Through Charges-Identification of Subcontract Effort.]; FAR Clause 52.215-23 [Limitations on Pass-Through Charges.]; FAR Clause 52.216-24 [Limitation of Government Liability.]; FAR Clause 52.216-25 [Contract Definitization.]; FAR Clause [52.217-9 Option to Extend the Term of the Contract.]; FAR Clause 52.219-1 [Small Business Program Representations.]; FAR Clause 52.219-1 [Small Business Program Representations.]; FAR Clause 52.219-11 [Special 8(a) Contract Conditions.]; FAR Clause 52.219-12 [Special 8(a) Subcontract Conditions.]; FAR Clause 52.219-17 [Section 8(a) Award.]; FAR Clause 52.222-4 [Contract Work Hours and Safety Standards -Overtime Compensation.]; FAR Clause [52.222-17 Nondisplacement of Qualified Workers.]; FAR Clause 52.222-21 [Prohibition of Segregated Facilities]; FAR Clause 52.222-26 [Equal Opportunity (E.O. 11246)]; FAR Clause 52.222-50 [Combating Trafficking in Persons.]; FAR Clause 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)]; FAR Clause 52.222-36 [Affirmative Action for Workers with Disabilities (29 U.S.C. 793)]; FAR Clause 52.222-50 [Combating Trafficking in Persons.]; FAR Clause 52.225-1 [Buy American Act - Supplies (41 U.S.C. 10a-10d)]; FAR Clause 52.225-13 [Restrictions on Certain Foreign Purchases.]; FAR Clause 52.225-25 [Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications.]; FAR Clause 52.232-7 [Payments under Time-and-Materials and Labor-Hour Contracts.]; FAR Clause 52.232-25 [Prompt Payment.];FAR Clause 52.233-2 [Service of Protest.]; FAR Clause [52.233-3 Protest after Award.]; FAR Clause 52.232-33 [Payment by Electronic Funds Transfer]; FAR Clause 52.244-6 [Subcontracts for Commercial Items.]; FAR Clause 52.249-8 [Default (Fixed-Price Supply and Service).].   (xiii) The Offeror shall note that CLIN No. 1 and 6 shall be priced on a firm-fixed price for a Base Period of one year and additional Option Years 1 through 4. The Contractor's proposed prices shall include wages, overhead, general and administrative expenses, and profit. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this acquisition. (xv) No numbered notes apply to this acquisition. (xvi) Offerors shall submit two (2) separate documents (proposals) to the Contracting Officer, namely: (1) a Price Proposal that states: (a) the Offeror's proposed firm-fixed-price for CLIN No. 1 through CLIN No. 6 and (2) a Technical Proposal which: contains (a) a Capability Profile (b) the description of how they will complete the work (c) and past experience/performance information. Proposals are due by 11:00 am EST on July 17, 2015 at the following address: 200 Constitution Ave., NW, Washington, DC 20210, Attention: Ms. Rachel E. Johnson, Room S-4312. Proposals may be submitted in hard copy format only (i.e., in person, U.S. Mail, or Federal Express or equivalent commercial courier service). Offerors should note that proposals submitted by e-mail or facsimile will not be considered. (xvii) Information regarding this combined synopsis/solicitation can be obtained by contacting the Contracting Officer, Ms. Rachel E. Johnson, via e-mail at Johnson.Rachel.E@dol.gov. Any Offeror may submit an offer, which shall be considered by the DOL. Deadline for Questions for this Solicitation is July 7, 2015 @ 11am. Questions must be sent directly to the Contracting Officer, Ms. Rachel E. Johnson, via e-mail at Johnson.Rachel.E@dol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-OPS-15-R-OIT-CNTR-0079_RJ/listing.html)
 
Place of Performance
Address: 200 Constitution Ave., NW, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN03784423-W 20150704/150702234710-32eb77875a5cb3a014d4cbb49be2e623 (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.