Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2008 FBO #2455
DOCUMENT

D -- Information Technology Solutions - Statement of Work

Notice Date
8/14/2008
 
Notice Type
Statement of Work
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11545 Rockville Pike, Rockville, Maryland, 20852-2738
 
ZIP Code
20852-2738
 
Solicitation Number
SBC-08-336
 
Archive Date
9/13/2008
 
Point of Contact
Adelis M. Rodriguez, Phone: 301-492-3623
 
E-Mail Address
adelis.rodriguez@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. The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-18. The solicitation number is SBC-08-336 and is issued as a Request for Proposal (RFP). This solicitation is a service disabled veteran owned business set aside. The contract type intended for this procurement is a labor hour contract with a base period of one year. The North American Industrial Classification System (NAICS) code for this procurement is 541511. The contractor shall provide training courses on the services required on the attached Statement of Work. The full text of the FAR provisions or clauses that apply to this acquisition may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following clauses/provisions apply to this acquisition: (1) 52.212-1, Instructions to Offerors – Commercial (SEP 2006), (2) 52.212-2, Evaluation Commercial Items (JAN 1999), (3) 52.212-4, Contract Terms and Conditions - Commercial Items Alternate I (FEB 2007) (4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2007). (5) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). (6) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C 632(a)(2)). (7) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (8) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126). (9)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). (10) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (11) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (12) 52.223-6 Drug-Free Workplace (MAY 2001) (13) 52.233-1 Disputes (JUL 2002) (14) 52.233-4 Applicable Law For Breach of Contract Claim (OCT 2004) (15) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). Offerors are to include a completed copy of provision 52.212-3 Offeror Representations and Certifications - Commercial Items (NOV 2006), with their offer. Proposals will be evaluated based and award will be made on Best Value basis (Tradeoff). Overall technical criteria are considered more important than cost/price factors. Although no points are set forth in the Evaluation Criteria for price, price is important in the Tradeoff Assessment. Price will be evaluated for reasonableness. Evaluation Criteria 1. PERSONNEL QUALIFICATION AND AVAILABILITY (40 POINTS) Extent to which the offeror demonstrates that the proposed key personnel, subcontractors, or consultants possess the required education background, experience, and training or combination thereof to meet the technical and regulatory objectives of the work described in the attached statement of work and the personnel are available to perform such work. 2. UNDERSTANDING OF TECHNICAL APPROACH AND PROJECT MANAGEMENT PLAN (30 points) The extent to which the bidder demonstrates an understanding of the technical work required, the approaches to be used, the products to be produced, and anticipated difficulties that may arise in the performance of this work. 3. CORPORATE EXPERIENCE/PAST PERFORMANCE - (30 POINTS) The extent to which the offerors proposal demonstrates corporate experience and successful past performance on current and completed contracts performed within the past three (3) years, similar in size, scope and complexity to the effort described in Statement of Work. Instructions for addressing Evaluation Criteria: PERSONNEL QUALIFICATION AND AVAILABILITY - Offerors shall provide resumes for all proposed professional personnel. Personnel who are essential to performance will be designated as "Key Personnel". Specify the percentage of time committed to other projects over the course of the contract's period of performance for all professional personnel. Offerors are required to identify any current/former NRC employees who have been or will be involved, directly or indirectly, in developing the proposal, or in negotiating on behalf of your firm, or in managing, administering, or performing any tasks, consultant agreements, or subcontract resulting from this solicitation (list name, title and date the individual left NRC and provide a brief description of the individuals role under this proposal). If there are not current/ former NRC employees involved, a negative statement is required. 2052.209-70 CURRENT/FORMER AGENCY EMPLOYEE INVOLVEMENT (OCT 1999) The following representation is required by the NRC Acquisition Regulation 2009.105-70(b). It is not NRC policy to encourage offerors and contractors to propose current/former agency employees to perform work under NRC contracts and as set forth in the above cited provision, the use of such employees may, under certain conditions, adversely affect NRC's consideration of non-competitive proposals and task orders. There ( ) are ( ) are no current/former NRC employees (including special Government employees performing services as experts, advisors, consultants, or members of advisory committees) who have been or will be involved, directly or indirectly, in developing the offer, or in negotiating on behalf of the offeror, or in managing, administering, or performing any contract, consultant agreement, or subcontract resulting from this offer. For each individual so identified, the Technical and Management proposal must contain, as a separate attachment, the name of the individual, the individual's title while employed by the NRC, the date individual left NRC, and a brief description of the individual's role under this proposal. UNDERSTANDING OF TECHNICAL APPROACH AND PROJECT MANAGEMENT PLAN - The offeror shall clearly demonstrate to the NRC that the offeror understands the following: (a) Technical approach used to analyze the program area and management effort required. (b) Any anticipated technical difficulties that may arise during the analysis. (c) Documentation of the analysis (d)Plans and policies for quality assurance (QA), and demonstration of the familiarity of the technical areas, proposed personnel with the plans and policies, including the responsibility and authority of the personnel responsible for ensuring that the QA program is implemented. (e) Experience and expertise in designing, developing and modifying databases, web sites and web interactive games, as well as related Federal and NRC guidelines regarding communication materials and web content development and management CORPORATE EXPERIENCE / PAST PERFORMANCE - Offerors shall provide the following information for all ongoing contracts and for contracts completed within the past three (3) years, similar in size, scope, and complexity to the effort described in the NRC’s requirement. Identify a primary point of contact, as well as an alternate. Contracts listed may include those entered into by the Federal Government, agencies of the State and local governments and commercial customers. It is incumbent upon offerors to provide information which is accurate, current and verifiable. Provide any other pertinent information that will aid in the evaluation of your performance record. Identify all contracts that your firm has been awarded that were terminated for default, or subject to any disputes. If none, a negative statement is required. The NRC reserves the right to contact one or all sources identified on the Qualifications Statement regarding past performance information. Offerors who do not have any past performance of their own in this type of work shall be evaluated on the basis of the past performance of their teaming partners or subcontractors. Please provide the following information regarding your company, firm name and address, year firm established, date the references are prepared, type of firm: small, small disadvantaged, woman owned, other, etc., principal contact person, name, title and phone number For each contract completed within the last three years, please provide: contract number, period of performance, dollar value, name of governmental or commercial entity, contracting contact name and phone number, technical representative name and phone number, and a brief description of the work performed. The information requested per contract should not be larger than a paragraph. For the price quote, please fill out the attached Price Schedule on Section 5 of the SOW. All quotes are due August 29, 2008 by 1:00 p.m., EST. Electronic submission is acceptable and highly encouraged. Quotes can be sent through email, fax or mail. Electronic quotes should be sent to adelis.rodriguez@gmail.com; faxed quotes should be sent to 301-492-3437. NRC is not responsible for technical difficulties and or administrative problems associated with transmission of the files to the NRC. If you wish to send quotes by mail please send them to the following address: U.S. Nuclear Regulatory Commission, Attn: Adelis M Rodriguez, Mail Stop: TWB-01-B10M, Washington, DC 20555. Please include the solicitation number on the envelope containing your organization’s proposal. RFQ SBC-08-336 will be distributed solely through the FedBizOpps website (http://www.fedbizopps.gov.) 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 will not be available. Because this RFQ will be posted on this website, interested parties are instructed NOT to call, send letters, e-mails or faxes requesting the RFQ. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information about this acquisition. 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 at http://www.ccr.gov. The Government will not reimburse interested parties for any costs associated with responding to this business opportunity. For information regarding this acquisition contact Mrs. Adelis M Rodriguez via e-mail at adelis.rodriguez@nrc.gov or at 301-492-3623. Issuance of this combined synopsis/solicitation does not constitute an award commitment on behalf of the NRC. The NRC reserves the right to reject any and all offers received.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=04f86e70002328a2083542b3bab903a7&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: Statement of work (SOWIT.doc)
Link: https://www.fbo.gov//utils/view?id=8400bf7b9c787e2ad3dd6914c6363ebc
Bytes: 48.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Contractor's place of business, United States
 
Record
SN01640529-W 20080816/080814223139-04f86e70002328a2083542b3bab903a7 (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.