Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOLICITATION NOTICE

R -- SUPPORT FOR NIST OFFICE OF THE CHIEF OF FACILITIES MANAGEMENT OFFICER (CFMO) - ATTACHMENT1-SOW

Notice Date
2/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-09-RQ-0098
 
Archive Date
3/27/2009
 
Point of Contact
Cheryl A. Coxen, Phone: 301-975-8838
 
E-Mail Address
cheryl.coxen@nist.gov
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT 1 provides the Statement of Work for this solicitation (see as attachment). FBO ANNOUNCEMENT: COMBINED SYNOPSIS/SOLICITATION ACTION: PRESOLICITATION RESPONSE DATE: March 12, 2009; 4:00PM, EDT This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR SUBPART 12.6, - Streamlined Procedures for Evaluation and Solicitation for Commercial Items- as supplemented with additional information included in this notice. FAR Part 13, Simplified Acquisition Procedures, are utilized in this procurement. The solicitation number is SB1341-09-RQ-0098. The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)2005-29. This announcement constitutes the only solicitation. Quotes are being requested, and a written solicitation document will not be issued. This Request for Quotation (RFQ) is being conducted as a 100% Small Business Set Aside competitive procurement. The NAICS Code for this requirement is 541611. The size standard is $7.0M. employees. It is incumbent upon prospective offerors to monitor www.fbo.gov for any potential amendments to this RFQ. The U. S. Department of Commerce, National Institute of Standards and Technology (NIST) has a requirement for the following (Line Items 0001)as detailed further in the Statement of Work (SOW) provided as an attachment to this RFQ. All interested parties shall provide a quote for the following item(s): Item Number 0001: Provide support to the NIST Office of the Chief Facilities Management Officer (CFMO) organization and develop strategies to improve its processes by providing professional services to meet the mission objectives of the CFMO as outlined in the attached Statement of Work (SOW). QTY 1 LOT AMOUNT $____________________ The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (Nov 2006), including the following fill-ins: 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Apr 2002) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36 Affirmative Action for Workers with Disabilities (Sep 2006) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) The aforementioned provisions and clauses may be viewed online at www.acquisition.gov/far. Prospective Offerors are strongly encouraged to read all applicable provisions and clauses as noted above. HOW TO SUBMIT A QUOTATION: Offerors shall submit their quotation to cheryl.coxen@nist.gov So they are received at this email addresses at or before the exact time specified in this solicitation. Quotations shall include the following information: (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Firm-fixed-price (FOB Destination) for Item Numbers 0001 and any discount terms; (7) Number of days for delivery of Item Numbers 0001 after Contractor acceptance of the purchase order. (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(k) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information for the Offeror, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; and (12) If the Original Equipment Manufacturer (OEM) for any quoted product restricts sales of its products to only specified companies, provide written evidence that the Offeror is authorized by that OEM that the Offeror is authorized sell the quoted products on the OEM’s behalf. PERIOD FOR ACCEPTANCE OF OFFERS: The offeror agrees to hold the prices in its quotation firm for 30 calendar days from the date specified for receipt of quotations, unless another time period is specified in an addendum to the solicitation. PROPOSAL INSTRUCTIONS- Please provide the following information in two parts: PART I-TECHNICAL a.Provide a detailed technical approach for satisfying the requirements outlined in the Statement of Work. (SOW). The technical approach should address each of the specific requirements and should reflect a clear understanding of the nature of the work to be performed. b.Key Personnel The offeror shall provide resumes with a description of the experience and capabilities for all key personnel proposed. Descriptionshall include such items as individual’s background, education, work experience, and accomplishments. Show the knowledge that key personnel have gained through completed and ongoing efforts that are similar in nature. c.Past performance The offeror shall provide past performance information regarding all relevant contracts for the PAST 3 YEARS with federal customers. The information shall describe contracts of a similar type and scope as the current requirement. If the offer intends to use another firm for part of this requirement, that firm’s past performance information shall also be provided. If the offeror has no relevant past performance it should include a statement to that effect in its proposal. The government reserves the right to consider data obtained from sources other than those described by the offeror in its proposal. The description of each contract described in this section shall Not exceed a half page. For each of the above listed contracts, the offeror shall provide the following information: a)Contract Number b)Description and relevance to solicitation requirements; c)Period of Performance - Indicate by month and year the start and completion (or "ongoing") dates for the contract; d)Name and address of the client with current telephone number and email address of a point of contact of the client responsible for this contract. e)Contracting Office - If a Government contract (federal or state), identify the Procuring Contracting Officer, Contracting Officer's Representative (COR), and their names and current telephone numbers and email address; f) Contract Performance - A brief summary of performance provided. g)The offeror shall include information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. Page Limitation: The technical quote should not exceed 15 pages, excluding resumes and past performance, charts, illustrations, etc. PART II: PRICE (1) The price quote shall be a separate volume from your technical quote and must include: a.Your pricing (to include labor categories and fixed hourly rates) based on Contract Line item 0001, utilizing any and all discounts. EVALUATION FACTORS FOR AWARD: The Government intends to award a firm-fixed-price purchase order to the responsible offeror whose quotation represents the best value to NIST, price and other factors considered. 1)Technical, Key Personnel and Past Performance are equal in value, and when combined is more important than price. 2)The Government reserves the right to award to other than the lower-priced offer for better technical capability and/or better performance records. 3)The total evaluated price must be reasonable, and any additional expense must be justified by a corresponding value for technical merit, or an expectation of greater quality of performance. 4)The Contracting Officer will exercise the trade-off analysis among the factors, leading to the “best value” decision. 5) The following factors shall be used to evaluate offers: Factor 1: Technical Approach; Factor 2: Key Personnel; Factor 3: Past Performance; and Factor 4: Price. Factor 1-Technical Evaluation of this factor will be based on information contained in the technical proposal that demonstrates the degree of offeror’s understanding of fulfilling the requirements outlined in the Statement of Work and the contractor’s ability to perform the requirements. Factor 2- Key Personnel Evaluation of this factor will be based on the individuals proposed as key personnel who will be responsible for fulfilling this requirementas evidenced by submitted resumes, education, previous experience in similar requirements, references, etc. Factor 3- Past Performance The Government will evaluate the Offeror’s and, if appropriate, its proposed subcontractors’ past performance information to determine its relevance to the current requirements and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three years. In assessing the offeror’s past performance, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. The Government will evaluate past performance by contacting the references selected at random or a specific reference identified by the offeror. It should be noted that the Government may use past performance information obtained from other sources than the sources identified by the offeror and that the information obtained may be used for both the responsibility determination and the best overall value determination. The Government will assign a neutral rating to offerors with no relevant past performance. Factor 4- Price will be evaluated for reasonableness in consistency with the technical approach. The price evaluation will determine whether the proposed costs are realistic, complete and reasonable in relation to the solicitation requirements. TERMS AND CONDITIONS FOR RESULTANT PURCHASE ORDER: Clause 52.212-4 and clause 52.212-5 (with appropriate fill-ins as noted above) will be the only terms and conditions for the resultant purchase order. These clauses are required by the Federal Acquisition Regulation (FAR) to be included in each commercial item purchase order. PAYMENT TERMS FOR RESULTANT PURCHASE ORDER: No advance payments will be authorized. The Contractor may only submit an invoice for Item Number 0001 after the Contractor delivers them to the Government and the Government thereafter accepts them. INQUIRIES REGARDING THIS RFQ: Potential Offerors shall submit any questions regarding this RFQ in writing to cheryl.coxen@nist.gov no later than Monday, March 9, 2009. Oral inquiries will not be entertained.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=91308de392389fca98e22f605e6b1ab7&tab=core&_cview=1)
 
Place of Performance
Address: National Institute of Standards and Technology, 100 Bureau Drive, GAITHERSBURG, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01758715-W 20090301/090227220014-91308de392389fca98e22f605e6b1ab7 (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.