Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

R -- Vessel Research and Database Support - SOW/Commercial Item Clauses

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTMA91R1600048
 
Archive Date
10/21/2016
 
Point of Contact
Erica L Williams, Phone: (202)366-2803, Finiana Joseph, Phone: 202-366-1676
 
E-Mail Address
erica.williams@dot.gov, Finiana.Joseph.Ctr@dot.gov
(erica.williams@dot.gov, Finiana.Joseph.Ctr@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work and Commercial Item Clauses PLEASE READ NOTICE IN ITS ENTIRETY TO ENSURE SUBMISSION OF A RESPONSIVE PROPOSAL!! (i) 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. (ii) The solicitation number is DTMA91R1600048 and is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89-1 / 08-15-2016. (iv) This RFP is 100% set-aside for small businesses. The NAICS code is 541990 with a small business size standard of $15M. A contractor must represent its size status in accordance with the size standard in effect at the time of its representation that corresponds to the NAICS code 541990. (v) CLIN 0001 Research Support Services 24 Months CLIN 0002 Database Support Services 24 Months (vi) The purpose of this solicitation is to obtain a qualified contractor to provide research and database support services for MARAD's History Program and Vessel History Database. (vii) The period of performance will begin on or about September 26, 2016 through September 25, 2018, for a base performance period of up to 24 months. (viii) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Proposals submitted in response to this RFP must include the following in addition to the firm-fixed price required at (v) above: 1. Technical Proposal Technical proposal which demonstrates the offeror's understanding of the requirements specific to this SOW, particularly the vessel history-specific requirements. This should include an approach to fulfilling the research support requirement and the database support service requirement. The approaches should also include the qualifications of the proposed individuals. A bachelor's degree in history or related field is preferred for the proposed researcher. The proposed researcher should also possess a strong research background and research skills. The researcher shall have a minimum of two (2) years' research experience. A bachelor's or associate's degree is desired, but not required, for the proposed database support provider. The database support provider shall have a minimum of two (2) years' research experience in general database research, entry and normalization work. The entire technical proposal (including any attachments) shall be no more than ten (10) single spaced pages, 12pt, MS Word 2010 or compatible. 2. Past Performance Proposal Provide at least three (3) references from past work performed/managed by the company which demonstrates work accomplished within the past two (2) calendar years, at the same or similar level of scope and complexity as required by the SOW. The references must include a contract/order number, business/Government office name/location, description of service provided and order/contract value. It must also include current POC name, phone number and email address. The past performance proposal shall be no more than three (3) single spaced pages, 12pt, MS Word 2010 or compatible. (ix) Provision 52.212-2, Evaluation-Commercial Items applies to this RFP. The following factors shall be used to evaluate offers: Past Performance, Technical, and Price. Past Performance and Technical, when combined, are slightly more important than Price. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (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 is attached. (xiii) Defense Priorities and Allocations System (DPAS) - N/A (iv) Proposals are due no later than 11:59pm local time on Wednesday, September 21, 2016. Interested parties must submit proposals via email to Erica.Williams@dot.gov AND Finiana.Joseph.Ctr@dot.gov. ( Maximum email file size per offeror submission is 15MB). ( xvi) For general information regarding this RFP contact Contract Specialist, Finiana Joseph on 202-366-1676. S pecific RFP questions must be submitted via email to both Contracting Officer Erica Williams at Erica.Williams@dot.gov AND Contractor Support Specialist, Finiana Joseph at Finiana.Joseph.Ctr@dot.gov with "QUESTION - Research & Database Support Services RFP" in the email subject line. Responses will be provided properly questions received through Monday, September 19, 2016. ATTENTION: DBE Certified or SBA Certified under Section 8(a); Small Disadvantaged Business; HUBZONE Empowerment Contracting Program; and Service-disabled Veterans! (Start-up businesses are not eligible.) To help small businesses gain access to the financing they need to participate in transportation-related contracts, DOT OSDBU's Financial Assistance Division manages the Short-Term Lending Program (STLP). STLP provides certified DBE's and other certified small businesses short-term working capital financing at competitive interest rates for DOT or DOT funded contracts and subcontracts. Maximum line of credit is $750,000 with interest at a variable rate tied to the Prime Rate published in the Wall Street Journal DOT Short-term Lending Program
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/DTMA91R1600048/listing.html)
 
Place of Performance
Address: Maritime Administration Headquarters, 1200 New Jersey Ave, SE, Washington, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN04272896-W 20160917/160915235224-2e3ab118a9e562fa8628b8a2a5bf1472 (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.