Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
SOLICITATION NOTICE

70 -- Learning Management System (LMS)

Notice Date
5/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street Bldg #21, Room 2B218, Columbus, OH, 43218
 
ZIP Code
43218
 
Solicitation Number
HQ0423-06-T-0007
 
Response Due
6/6/2006
 
Archive Date
6/21/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a Learning Management System (LMS) prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation with the solicitation number, HQ0423-06-T-0007 issued as a request for quotation (RFQ). To obtain a copy of the RFQ to include the Contract Line Item Descriptions and the Statement of Work, contact Dan Ryan via email @ Daniel.Ryan@dfas.mil and CC Estella.Claytor@dfas.mil. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. This requirement is 100% Set-Aside for Small Business and the associated NAICS code is 541511, Computer Software Support Services, custom and the small business size standard is $21,000,000.00. The requirement is to obtain a Learning Management System that can accommodate 5000 users and all the requirements indicated in the Statement of Work (SOW). The LMS will be utilized by the Defense Finance and Accounting Service (DFAS), Columbus, Ohio. The contract will be based on best value criteria which includes A. Technical Capability-Each quote shall contain information related to its proposed LMS system capability and performance specifically demonstrating the system?s ability to best meet the Government?s needs as described in the SOW, particularly the requirements identified in paragraph C.3.1. The Government will evaluate the system using the information provided by the offeror; B. Past Performance ? Each quote shall identify federal Government (preferable), other Government, and/or non-Government contracts that have been awarded to the company for the same or similar (scope as defined in the SOW) type work within the last five years. Past performance, in terms of both similarity and quality of performance shall be used as a factor for selection. The Government may consider customer surveys and other sources of past performance information. Included in the quote shall be, as a minimum: 1. Contracts: The contract number, the awarding office, the contracting officer and telephone number, the contract administration office if different than that of the awarding office, and the Contracting Officer?s Representative (COR) or Contracting Officer?s Technical Representative (COTR), if applicable, or customer technical representative. 2. Other than Government contracts: Program manager and or sponsor and telephone number, agency or company name, location, type of work performed and duration of the relationship with the client. The Government may also contact previous customers not identified in the contractor?s quote for past performance information as well; C. Price ? This is a proposed Firm Fixed Price (FFP) contract type. The offeror shall provide a FFP amount for each of item listed in the proposed Contract Line Item Numbers (CLINs): D. Options ? The Government will evaluate quotes for award purposes by adding the total price for all CLINs including options. 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). The contract shall be awarded based on the best value to the government, using the total proposed price as a consideration. All non-price factors combined are considered significantly more important than price. The Government will select the offeror which represents the best value on the basis of the factors described above. Failure to submit any information as requested in this solicitation/synopsis may result in the offeror being removed from consideration for award. The resulting best value contract will be for one base year and include four option years. The base year period of performance is to be for a one year from the date of award. The inspection and acceptance will be at destination and F.O.B. destination. The following provisions apply to include any addenda - 52.212-1, Instruction to Offers ? Commercial; 52.212-2, Evaluation ? Commercial Items, 52.212-3, Offeror Representations and Certifications ? Commercial Items (offerors are to complete when returning their offer); 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 apply to this acquisition. The Defense Priorities and Allocations System (DPAS) assigned rating is DO-C9. The applicable Numbered Notes are 1 and 9. Offers are due June 6, 2006 at 1:00 PM EST to Defense Finance and Accounting Service, DFAS-CSD-MCB/CO, Estella Claytor, Building 21, Room 2B218, 3990 East Broad Street, Columbus, OH 43213-1152. For information, contact Dan Ryan @ 614 693-0144 or after June 2, 2006 contact Estella Claytor at (614) 693-0118, facsimile at (614) 693-5674, or email at Estella.Claytor@dfas.mil.
 
Place of Performance
Address: 3990 East Broad Street, Columbus, Oh 43213
Country: USA
 
Record
SN01057739-W 20060527/060525221816 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.