SOLICITATION NOTICE
R -- Online Marketing Services for CCC-owned Commodities
- Notice Date
- 5/12/2009
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 115114
— Postharvest Crop Activities (except Cotton Ginning)
- Contracting Office
- 1280 Maryland Avenue, SW Portals Bldg., Room 508A Washington DC 20250-0567
- ZIP Code
- 20250-0567
- Solicitation Number
- AG-3151-S-09-0015
- Response Due
- 6/2/2009
- Point of Contact
- Rodney A. Nelson, Contractor Support, Phone 202-205-8961, Fax 202-690-0689, - Carolynn J. Phelps, Contracting Officer, Phone 202-205-5649, Fax 202-690-0689
- E-Mail Address
-
rodney.nelson@wdc.usda.gov, carolyn.phelps@one.usda.gov
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items (services) prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Request for Proposals AG-3151-S-09-0015 communicates the Government’s requirement to prospective contractors and solicits proposals for a competitive acquisition as follows: The objective of this acquisition is to obtain online marketing services for the USDA’s Commodity Credit Corporation (CCC) in accordance with the attached Solicitation. The successful Offeror(s) shall provide all necessary labor, supplies, materials, equipment, software, and office space to conduct online sales transactions for commodities owned by CCC. The Government anticipates the award of a Firm Fixed Price contract resulting from this solicitation. The anticipated terms and conditions that will apply to the contract are set forth in the attached Solicitation. This contract will be awarded for a base period of one year from June 15, 2009 through June 14, 2010 with up to four option periods of one year each. CCC will only obtain Online Marketing Services through an existing service provider and has no interest in purchasing, renting or developing any computer hardware or software. Responses to this solicitation that do not clearly indicate the Offeror has an existing online marketing system that meets all of the requirements stated within the attached Solicitation will be considered non-responsive and will receive no further consideration. The attached Solicitation describes the USDA/CCC’s requirement for online marketing services for transacting sales of CCC-owned commodities. CCC’s definition of commodities for purposes of this solicitation includes wheat, feed grains (barley, corn, grain sorghum, oats, rice, and soybeans), pulse crops (dry peas, lentils, small chickpeas, large chickpeas) other oilseeds (canola, crambe, flax, mustard, rapeseed, safflower, sesame, and sunflower), cotton, peanuts, sugar, and dairy products (nonfat dry milk, butter and cheese). Offeror’s proposals must include all of the information requested in the attached Solicitation: Technical and Business Management: The Offeror shall submit a Technical and Business Management Proposal as described in Section L of the Solicitation. This part of the proposal shall consist of the sections described in L 11. Note that Offerors may be required to successfully pass a Live Test Demonstration which demonstrates their system’s capability to meet the Government’s functional and technical requirements. A pass/fail factor is assigned to the Live Test Demonstration. Failure to pass the Live Test Demonstration will preclude an Offeror from further consideration. Offerors are specifically cautioned that the Technical and Business Management Proposal must not contain any discussions of or references to cost/price. Past Performance: The Offeror shall complete the Cover Letter and forward it with the Past Performance Questionnaire, which are provided as Attachment C of the Solicitation to be completed by not less than five references who can provide past performance information about the Offeror as prime contractor on previous contracts similar in size, scope complexity and results achieved. Completed Past Performance Questionnaires must be submitted directly to the Contracting Officer electronically, by fax, or in hard copy, and must be received on or before 12:00 Noon EST, Tuesday, June 02, 2009. Cost/Price: The Offeror shall complete the Price Schedule included in Section B. of the Solicitation for the base period and all option periods. Note: In the Cost/Price Proposal the Offeror is also required to identify and itemize each and every fee that it intends to assess against the USDA/CCC, against participants in a commodity sale, and against the vendor purchaser, including but not limited to transaction fees and access fees. Each fee must be identified by name, purpose of fee and an amount or method of calculation. All fees imposed by the Contractor, whether they are to be imposed against USDA/CCC, a vendor participant in the commodity sale, or the vendor purchaser shall be part of the evaluation process. Proposal Evaluation Factors: The Government will rank the Offeror’s capabilities using three evaluation criteria: (1) Technical and Management Approach, (2) Past Performance, and (3) Cost/Price. Each non-cost factor is individually less important than Cost and Price. When combined, Technical and Management Approach and Past Performance are approximately equal to Cost/Price. Award to the successful Offeror will be made using “Best Value” Selection Process as described in Section M of the Solicitation. The Technical Evaluation Team (TET) will evaluate all proposals to identify all contractors whose proposals offer best value to the government, price and other factors considered, in accordance with the Statement of Work (SOW) and the evaluation criteria. Award may be made without further discussions. Offers should be submitted initially on the most favorable terms, from a technical and price standpoint, which the offeror can submit to the Government. The Government may, after evaluation of proposals, conduct further oral or written discussion as appropriate, with all offerors whose proposals are within a competitive range. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government’s best interest to do so. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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). Questions and Answers: Questions concerning this RFP must be submitted electronically to both the Contracting Officer and Contractor Support Staff listed in the RFP to be received on or before 12:00 Noon EST, Monday, May 18, 2009. Responses to questions will be posted on FedBizOpps not later than 4:00 PM EST, Wednesday, May 20, 2009. Instructions for responses: Responses to this RFP shall be sent per the instructions below to be received on or before 12:00 Noon EST, Tuesday, June 02, 2009. The Technical and Business Management Proposal (Part I) and Cost Proposal (Part II) must be submitted in two separate documents. All responses and information must be in written format (MS Word or Adobe Acrobat, font size must be no smaller than 10 point font) and transmitted electronically to both the Contracting Officer and the Contractor Support Staff listed in this RFP. Submission of proprietary information is not desired. E-mail subject title to be used for responses is “FSA Commodity Credit Corporation Online Marketing RFP Response”. Contracting Office Address: 1280 Maryland Avenue, SW Suite 580-A Washington, DC 20024 Contracting Officer: Carolynn Phelps Carolyn.Phelps@one.usda.gov Phone: (202) 205-5649 Contractor Support: Rodney Nelson rodney.nelson@wdc.usda.gov Phone: (202) 205-8961 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/USDA/FSA/MSD/AG-3151-S-09-0015/listing.html)
- Record
- SN01814889-F 20090514/090512233033 (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 |