Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOLICITATION NOTICE

U -- Designing the Exectutive Experience for the LDS and COP Education Program

Notice Date
1/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
541613 — Marketing Consulting Services
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
OPM-FEI01122007
 
Response Due
1/25/2007
 
Archive Date
2/9/2007
 
Description
1. Class Code: _U099__ 2. NAICS Code: 541613 3. Subject: Designing the Executive Experience for the LDS and COP Education Program. 4. Solicitation Number: OPMFEI01122007. 5. Set-Aside Code: Sole Source 6. Date Posted: Jan 12, 2007 7. Response Date: Jan. 25, 2007 8. Place of Performance: To Be Provided At Time Of Award. 9. Period of Performance: This service is to be performed from the time of award until approximately ten (10) weeks after time of award. The selected Vendor shall commit to an intense effort to complete the service within a ten (10) week time frame. The selected Vendor shall address each extension in writing to include the details and cause of the expected delay. The selected Vendor shall provide an adjusted itemized quote for additional pending service to be approved prior to extended services. The selected Vendor shall include discounts or government benefit as the Federal Acquisition Regulation (FAR) requires for modification of a firm fixed-price contract due to a Vendor delay. The selected Vendor shall adhere to providing the services as referenced in the subject above and CLIN (s) 001 ? 010 thereafter. Compensation, scope of work assignments and deliverables will be negotiated for each request, additional quote (s) and authorized extension. (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation requests for quotation (RFQ) and a written solicitation will not be issued. (ii) The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition. (iii) This acquisition is a sole source with the intent to solicit only one source: EXPERIENCE ENGINEERING, INC. 7808 CREEKRIDGE CIR STE 225, MINNEAPOLIS, MN 55439-2643. The associated NAICS code is 541613 and the SIC code is 8742. The small business size standard is $6.5 million dollars. (iv)The following is a list of contract line item number(s) and quantities if they apply: CLIN001: Week (1) Design Framing Discussion CLIN002: Week (2) Develop Creative Brief (internal document) CLIN003: Week (3) Internal Design Ideation Session at EE CLIN004: Week (4) Develop Experience Design Plan CLIN005: Week (5) Develop Experience Design Plan CLIN006: Week (6) Design Review (conceptual ideas) conference Call with FEI CLIN007: Week (7) Further Develop & Refine Design Plan CLIN008: Week (8) Further Develop & Refine Design Plan CLIN009: Week (9) Present Experience Design Plan to FEI CLIN0010: Week (10) Deliver Final Experience Design Plan to FEI Proposal Submission, Evaluation and Award: (v) Proposals submitted in response to this combined synopsis solicitation will be evaluated with the understanding that a single sole source will be solicited for services. However, all proposals will be reviewed based on both technical and cost considerations. The selection process will consider technical factors first and price second in addition the government further reserves the right to award without discussion based on best value and mission support capabilities. (vi) The provision at FAR 52.212-2, Evaluation - Commercial Items/services is applicable to this acquisition. The specific evaluation criteria to be included are as follows: (vii) The contractor?(s) reasonable replies shall have cost proposal information separate from the technical proposal submissions. (viii) The contractor?(s) technical proposal shall include details describing the contractor?(s) ability to provide the service requirements listed above to include resources if required. The Federal Executive Institute reserves the right to select based on the best value that will meet the government?s objectives and goals. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and, Offeror Representations and Certifications -Commercial Items/services, with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders also apply. (xii) The clause at 52.232-8 -- Discounts for Prompt Payment (xiii) The clause at 52.232-9 -- Limitation on Withholding of Payments. (xiv) The clause at Subpart 32.9 -- Prompt Payment (xv) The clause at 32.905 ? Payment Documentation and Process (xvi) The clause at 15.101-1 -- Tradeoff Process (xvii) The clause at 15.101 -- Best Value Continuum (xviii) The following additional contract requirement(s) or terms and conditions apply: Offers are due on January 25, 2007 by _9:00 AM at The Federal Executive Institute 1301 Emmet Street Charlottesville, VA 22903. For information regarding this solicitation contact Nate Billups at Nathaniel.billups@opm.gov or call (434) 980-6288 for comment.
 
Record
SN01211368-W 20070114/070114190906 (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.