Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
SOLICITATION NOTICE

A -- Financial Management Support for NEXCOM SIK Program

Notice Date
8/23/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00140 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0014004Q0025
 
Response Due
9/13/2004
 
Archive Date
10/13/2004
 
Point of Contact
Patricia Campbell 215-697-9684
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00140-04-Q-0025. This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-24 and DFARS Change Notice 20040625. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code i! s 541611 and the Small Business Standard is $6.0 Million. This is a competitive unrestricted action. The Fleet and Industrial Supply Center (FISC) Norfolk Detachment Philadelphia requests responses from qualified sources capable of providing financial management support service for the Navy Family Support (NEXCOM). NEXCOM requires continuing financial consulting expertise and requires assistance in the financial management, budgeting, accounting and administration of the Subsistence-In-Kind (SIK) program. The NEXCOM Comptroller staff faces increasing demands on their time to assess, coordinate, monitor, plan and implement programs such as SIK, while monitoring the detail level accounting transactions that impact current programmatic operations. This includes having technical expertise and demonstrated working knowledge of STARS-Field Level Accounting, DFAS-Cleveland Navy operations, VISTA processes, research and resolution of problem disbursements. The objective of thi! s requirement is to provide financial guidance and consultation to the NEXCOM, SIK staff. Guidance and consultation will be provided as required, but not limited to, the following areas: a) Monitoring detail level transactional data for SIK: which includes resolution of problem disbursements as a result of non-authorized DON activities requisitioning subsistence; b) QMF utilization to access STARS-FL database to facilitate management of SIK appropriation and expenditures; c) Assisting the Comptroller and his staff perform day-to-day planning, coordinating activities with NAVSUP 05, BUPERS, DSCP, DFAS and other Navy and non-Navy agencies; d) Advising on financial issues pertaining to current financial performance; e) Participating in financial reviews and supporting the analysis of financial results; f) Identifying and evaluating alternatives and recommending course(s) of action; g) Preparing automated reports, devising formats and processes to more effectively collect and! summarize the relevant data; h) Advising and assisting with the interpretation and analysis of budgetary and accounting information; i) Preparing management briefings and supporting Comptroller staff with the analysis of current financial operations; j) On-site functional and technical guidance as needed on related food management system matters; k) On-site support as needed for food management system briefings, briefing materials and or instructional workshops and L) On site day-to-day support as needed in the administration of the SIK program. The Deliverables required include D1-1-Monthly Status Report for each month in which guidance and consultation is provided; D1-2 -On-site functional and technical guidance as needed on related financial management matters; D1-3 - On-site functional and technical guidance as needed on related food management system matters; D1-4 - On-site support as needed for financial management briefings, briefing materials and/or instructional w! orkshops; D1-5- On-site support as needed for food management system briefings, briefing materials and/or instructional workshops and D1-6 - On-site support as needed in the administration of the SIK Program. The schedule of supplies/services is for Item 0001 Description: Financial Management Support Services. Quantity: 12. Unit: Months. Offeror is to provide a firm fixed price for this item. Item 0002 Description: Travel. Quantity: 1. Unit: LOT. Offeror is to provide a not-to-exceed (NTE) amount for this item. The Period of performance is for a basic period from 1 October 2004 through 30 September 2005 with four (4), one (1) year option periods. Offeror is to provide pricing for the base and four option periods. The Government reserves the unilateral right to exercise the option periods, provided that notification is furnished to the contractor within 30 prior to the expiration of the current period of performance. The required tasks will be performed primarily at th! e contractor?s facility or at Navy Family Support, Mechanicsburg, PA. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, including: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.219-25, Small Disadvantaged Business Participation Program; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Op! portunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rate for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Multiple Year and Option Contracts). Quoters shall include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to! Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 52.203-3, Gratities; 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. This announcement will close at 4:00 pm eastern standard time on 03 September 2004. Contact Patricia Campbell who can be reached at (215) 697-9684 or email patricia.campbell@navy.mil Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors -! a combination of corporate experience, past performance and price. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Corporate Experience, Past Performance and Price. Corporate Experience and past performance, when combined, are more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance ! specified in the offer, shall result in a binding contract without further action by either party. Before the offeror?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s) Corporate Experience, Past Performance, FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. If the offeror?s proposal is determined unacceptable in any of the technical evaluation factors an! d/or subfactors, the proposal may not be considered for award. The Government reserves the right to award the contract to other than the lowest priced offeror. For Corporate Experience the quoter shall demonstrate as part of its quote either similar or directly related work experience of similar scope, magnitude and complexity to the instant requirements of this acquisition. The offeror should address the following: history, organization, qualifications and work experience within the last five (5) years as they relate to the requirements of the identified herein, and any other information the offeror considers relevant to this requirement. In addition, the quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the RFQ performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts ! within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The information should include, a discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not rep! resent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter?s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ.
 
Record
SN00649828-W 20040825/040823212610 (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.