Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2002 FBO #0250
SOLICITATION NOTICE

R -- Technical Engineering Services and Policy Support

Notice Date
8/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts and Property Management, 11545 Rockville Pike, Rockville, MD, 20852-2738
 
ZIP Code
20852-2738
 
Solicitation Number
RS-ACR-02-300
 
Response Due
8/26/2002
 
Archive Date
9/30/2002
 
Point of Contact
Joyce Fields, Senior Contract Specialist, Phone (301) 415-6564, Fax (301) 415-8157,
 
E-Mail Address
jaf1@nrc.gov
 
Description
This is a combined synopsis/solicitation for a commercial item acquisition, prepared in accordance with FAR 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 SHALL NOT BE ISSUED. Direct all questions or inquiries referencing the RFP to Joyce A. Fields, Contracting Officer (301) 415-6564, e-mail JAF1@NRC.gov . All proposals are due to the U.S. Nuclear Regulatory Commission (NRC) not later than 3:00 PM, NRC local time, on 08/26/02. All proposals shall be addressed to the U.S. Nuclear Regulatory Commission, Division of Contracts, ATTN.: Joyce A. Fields, RFP No. ACR-02-300, 11555 Rockville Pike, Rockville, MD 20852. Solicitation No. ACR-02-300 herein is issued as a Request for Proposal (RFP). This RFP is for full and open competition and the North American Industry Classification System Code is 541990. The NRC intends to issue a Commercial Item, Fixed Price/Labor Hour Type Contract with a 12 month period of performance, with two (2) separate 12 month option periods. NOTE: THE ATTACHMENTS (Performance Statement of Work and Evaluation Criteria/Factors) CAN BE FOUND AT http://www.fedbizopps.gov/ . PROPOSAL REQUIREMENTS -- Proposals shall be typed, numbered, legible and printed or reproduced on letter-size paper. ALL TECHNICAL QUESTIONS CONCERNING THIS RFP MUST BE E-MAIL TO JAF1@NRC.gov NOT LATER THAN 3:00 PM, NRC local time, on 8/15/02. The Contracting Officer will not respond in writing to questions received after the deadline for receipt of questions. Proposals in response to this solicitation must be submitted in separate and distinct parts: 1 original and 3 copies of the "Cost Proposal " and 1 original and 3 copies of the "Technical and Management Proposal". Offerors are notified that all information provided in their proposals must be accurate, truthful, and complete to the best of the offerors knowledge and belief. The NRC will rely upon all such representations made by the Offeror both in the evaluation process and for the performance of the work by the Offeror selected for award. NRC reserves the right to evaluate offers and award without discussions with offerors. Therefore, the Offeror's initial proposal shall contain the Offeror's best terms from a price and technical standpoint. However, the NRC reserves the right to conduct discussions if later determined by the CO to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. PROPOSAL REQUIREMENTS PRICING -- The fixed fully loaded hourly rate under this contract shall include ALL CHARGES, direct, indirect, etc. costs. All offerors shall submit a fixed fully loaded hourly rate for each of the performance periods (12 month base year and two separate 12 month option years) and include the total cost for all three periods. PROPOSAL REQUIREMENTS-- TECHNICAL & MANAGEMENT PROPOSAL -- The proposal shall not contain any reference to prices. The Offeror shall submit full and complete information, in the order set forth below, to permit the NRC to perform a thorough evaluation and make a sound determination of whether the Offeror will have a reasonable likelihood of meeting the requirements and objectives of this procurement. The proposal shall be fully self-contained, and shall specifically address the technical evaluation factors used to evaluate offerors. The government will make award to the responsible Offeror whose offer conforms to the solicitation and is most advantageous to the government, cost or price and technical factors listed below considered. For this solicitation, technical/management quality is more important than cost or price. Cost realism will also be considered. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. PRICE -- To be considered for award, the proposed price must be realistic and reasonable. The TECHNICAL EVALUATION CRITERION/FACTORS are Personnel Qualifications, Availability and Experience (40 points), Contractor Past Performance (40 points), and Overall Understanding of the Statement of Work (20 points). A description of the Evaluation Criteria/Factors is included in the Statement of Work and may be found at http://www.fedbizopps.gov/ . CONTRACTOR PAST PERFORMANCE -- Offerors shall provide at least five (5) references (to include name, address, contact person, phone number). Reference information shall be submitted with the Offeror's proposal, no later than the solicitation closing date. At the discretion of the NRC, the NRC deserves the right to contact one or all references identified, regarding past performance information. This information will be used in determining the Competitive Range and in evaluating the Offeror's proposal. PROVISIONS AND CLAUSES -- The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items;52.204-6, Data Universal Numbering System (DUNS);52.219-22, Small Disadvantaged Business Status;52.212-4, Contract Terms and Conditions-Commercial Items;52.212-5, apply to this solicitation. OFFERORS MUST SUBMIT A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS?COMMERCIAL ITEMS WITH IT OFFER. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition with the following additional clauses: 52.203-6, 52.219-4, 52.219-8, 52.219-23, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-33. The full text of the provisions and clauses can be accessed electronically at http://www.arnet.gov/far. ****
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/NRC/OA/DCPM/RS-ACR-02-300/listing.html)
 
Place of Performance
Address: U.S. Nuclear Regulatory Commission 11545 Rockville Pike Rockville, Maryland 20814
Country: United States
 
Record
SN00135810-F 20020809/020808094747 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.