Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOLICITATION NOTICE

R -- OMB Exhibit 300 and 53 Support

Notice Date
5/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11545 Rockville Pike, Rockville, MD, 20852-2738, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RS-33-07-383
 
Response Due
5/25/2007
 
Point of Contact
Jaye Seay, Contract Specialist, Phone 301-415-6696, Fax 301-415-5396, - Valerie Whipple, Senior Contract Specialist, Phone 301-415-6514, Fax 301-415-5396,
 
E-Mail Address
jxs7@nrc.gov, vmw@nrc.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial services and items 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; quotations are being requested and a written solicitation will not be issued. Solicitation number RS-33-07-383 is issued as a Request for Quote. The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-14. The solicitation is being requested under Simplified Acquisition Procedures and all future information, including any amendments, will be available solely through the FedBizOpps website, http://www.fedbizopps.gov. The closing date for receipt of quotations is May 22, 2007 at 5:00PM Eastern Standard Time. This requirement is a 100% set-aside for Service-Disabled Veteran-Owned Small Business. The contract type intended for this procurement is a fixed-price labor hours contract with a fixed ceiling. The North American Industrial Classification System (NAICS) code for this procurement is 541990 with a small business size standard of $6.5 million. The U.S. Nuclear Regulatory Commission has a requirement to obtain contractor professional services to assist the NRC in its OMB Exhibit 300 and 53 submission and related tasks for the 2009, 2010, and 2011 budget year(s). The contractor will assist NRC with all tasks relating to the preparation, review, modification, enhancement, and submission of the requisite information in conformance with all applicable NRC and OMB standards and guidelines. Additionally, the contractor will provide support for the modification and enhancement of the Form 9 application to support the preparation of 2009, 2010, and 2011 information for use in OMB reporting. The Statement of Work for this requirement will be uploaded in Amendment 1 to this combined synopsis/solicitation. The place of performance for this requirement is: U.S. Nuclear Regulatory Commission Headquarters 11545 Rockville Pike Rockville, MD 20852 The full text of the FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: (1) 52.212-1 ? Instructions to Offerors ? Commercial, (2) 52.212-4 ? Contract Terms and Conditions ? Commercial Items, (3) 52.212-5 ? Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, (4) 52.213-2 ? Invoices, (5) 52.217-5 ? Evaluation of Options, (6) 52.217-8 ? Option to Extend Services, (7) 52.217-9 ? Option to Extend the Term of the Contract, (8) 52.219-27 ? Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, (9) 52.232-18 ? Availability of Funds, (10) 52.204-9 ? Personal Identity Verification of Contractor Personnel. Offerors are to include a completed copy of the provision at FAR 52.212-3; Offeror Representations and Certifications ? Commercial items, with their offer. Award will be made to the Contractor whose quote offers the best value to the Government; technical, price, and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: Criteria 1 PERSONNEL QUALIFICATIONS, EXPERIENCE, AND AVAILABILITY ? 70 points The Offeror shall discuss the qualifications and experience of the proposed personnel in relation to the effort described in the statement of work. The relevancy of the qualifications and experience to the effort described in the statement of work shall be identified and discussed. The discussion shall include information on the proposed personnel?s knowledge in the following areas (1) Contractor shall be a subject matter expert in all aspects of OMB Exhibit 300 and Exhibit 53 requirements and submission. (2) Contractor shall have a thorough and demonstrated knowledge of software for OMB Ex 300 and Ex 53 submissions ie: PRIMAVERA/ProSight Portfolios, and the ProSight CIPC, EVM and Project Management fast track Portfolio management tools. Contractor shall have a thorough and demonstrated knowledge of PRIMAVERA/ProSight programming sufficient to modify and maintain the NRC FORM 9 processes that input to the NRC?s OMB Exhibit 53 submission. Identify all key personnel, including backup personnel, to be utilized in the performance of any resulting contract. Discuss current and planned availability of all proposed key and backup personnel. Include resumes for all key and backup personnel to be utilized in the performance of any resulting contract. Include educational background, training background, prior experience specific to the requirements of the statement of work. Identify any former NRC employees that may be utilized in the performance of the contract, including a brief outline of their NRC employment history. The proposal shall contain a section, if applicable, listing former NRC employees and their NRC employment history. If no former NRC employees will be utilized, include a statement to that effect. Describe the source of personnel required for performance of each task including those not presently employed by the offeror. If any resource personnel are committed to other work, describe the types and terms of the commitment(s). Note specifically the personnel that will be employed at the time of contract award. If the offeror plans to subcontract any of the work to be performed, list the proposed subcontractors by name. Provide a detailed description of the work to be performed by the subcontractor, and identify any key personnel provided by the subcontractor. If the offeror plans to obtain consultant services, explain the need for such services. List the proposed consultants by name, describe the work they will perform under this contract, and include their past related work experience. Individuals who are employees of the contractor, or of the U.S. Government, are prohibited from being paid as a consultant under this contract. Criteria 2 CORPORATE PAST PERFORMANCE ? 30 points The Offeror shall clearly demonstrate to the NRC that they have the resident corporate experience necessary to perform services which are identical or substantially similar to the requirements described in the statement of work. Describe, in general terms, the corporate qualifications and experience of the offeror and the proposed subcontractor(s) or consultants, if any, in performing the same or substantially similar work, as described in the statement of work, during the past five years. The Offeror shall also demonstrate that they have successfully performed on other contracts of similar size and scope within the past five years. This shall be done by describing current and past work of a substantially similar or identical nature in such a manner that an evaluation can be made of the performance history and relevance of this experience to the requirements of the solicitation. To this end, the Offeror shall list at least three (3) current/previous support contracts of the same nature to the proposed contract. It is incumbent upon the Offeror to provide information which is accurate and current as the NRC will contact each reference to verify the information provided. Offerors will be provided the opportunity to furnish written rebuttal for any negative information received. This rebuttal information will be taken into account in evaluating the proposals. The Offeror shall provide the information requested using the format specified below. Each contract reference shall be limited to one page in length: (a) contract or purchase order number; (b) name and address of firm or government agency; (c) point of contact; (d) contracting officer; (e) current telephone no./facsimile no.; (f) technical representative name; (g) technical representative telephone no./facsimile no.; (h) estimated value of contract; (i) date contract awarded; (j) period of performance of the contract (including extensions); (k) outline of how the contract effort is substantially similar or identical in nature to the NRC?s requirement, with a brief technical description sufficient to permit ready assessment of the described project?s relevancy to the NRC?s requirement. It is not sufficient to simply note that it is similar in magnitude and scope. All quotes should be received no later than 5:00 PM EST, on May 25, 2007 at the Nuclear Regulatory Commission, 11545 Rockville Pike, MS: T-7-I-2, Rockville, MD 20852 and to the attention of Jaye Seay. Because of heightened security, FED-EX, UPS or similar delivery methods are the preferred method of delivery of quotes. Quotes may also be submitted via email to JXS7@NRC.GOV. Please allow for at least 60 minutes prior to the close of the announcement if submitting by electronic means to ensure proper delivery. Quotations will NOT be accepted by fax or hand-delivery. The FedBizOpps website provides downloading instructions. All future information about this acquisition, including solicitation amendments will also be distributed solely through the FedBizOpps website. Hard copies of the solicitation document and its related documents, as appropriate, will not be available. The NRC requires the prospective awardee to be registered in the Central Contractor Registration (CCR) database prior to award, during performance, and through final payment of the resulting contract in accordance with Federal Acquisition Regulation, 52.204-7. Central Contractor Registration. Processing time, which normally takes 48 hours, should be taken into consideration when registering. Potential Offerors who are not registered should consider applying for registration immediately if interested in responding to this solicitation. Potential offerors may obtain information on registration and annual confirmation requirements via the Internet by copying and pasting the following Internet address into their Internet Browser: http://www.ccr.gov (note: there is no direct link to the CCR website from this FedBizOpps notice) or by calling 1-888-227-2423 or 269-961-5757. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Because this solicitation and its related documents, as appropriate, will be posted at this website, interested parties are instructed NOT to send letters or e-mails or faxes requesting the RFQ. Telephoned, e-mailed, or faxed requests for the RFQ will not be accepted. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information about this acquisition. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity.
 
Place of Performance
Address: U.S. Nuclear Regulatory Commission, 11545 Rockville Pike, Rockville, MD
Zip Code: 20852
Country: UNITED STATES
 
Record
SN01297242-W 20070519/070517221744 (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.