SOLICITATION NOTICE
R -- Sleep and Fatigue Study - RFP 2010R001
- Notice Date
- 10/30/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- Department of Justice, Office of Justice Programs, OJP/Acquisition Management Division, 810 Seventh Street NW, Washington, District of Columbia, 20531
- ZIP Code
- 20531
- Solicitation Number
- 2010R001
- Archive Date
- 12/31/2009
- Point of Contact
- Raymond R German, Phone: 202-307-0613, Martha E. Bullock, Phone: 2023532415
- E-Mail Address
-
raymond.german@usdoj.gov, martha.bullock@usdoj.gov
(raymond.german@usdoj.gov, martha.bullock@usdoj.gov)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation RFP 2010R001, Sleep and Fatigue Study This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number OJP 2010R_001 is issued as a request for proposal (RFP). The North American Industry Classification Code (NAICS) is 541618, Other Consulting Services. The projected budget range for this procurement is $450,000.00 to $478,000.00. The Office of Justice Programs, National Institute of Justice (NIJ) requires a contractor to conduct a sleep and fatigue study on how fatigue and stress interferes with Federal Police officers, as described in the attached statement of work. The Government shall award a firm-fixed-price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will offer the best value to the Government, price and other factors considered. The best value evaluation factors include the following (Attachment A): 1. Technical Approach 2. Staffing Plan and Proposed Personnel 3. Understanding of Problem 4. Management Approach 5. Past Performance 6. Ethics and Conflicts of Interest 7. Price The evaluation shall be based on use of the adjectival rating scheme as follows: Exceptional; Acceptable; Marginal and Unacceptable. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-37. The provisions and clauses may be downloaded at http://arnet.gov.far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Item; FAR 52.212-2, Evaluation of Commercial Items (see Attachment A for evaluation procedures). Additionally, FAR 52.212-3, Offeror Representatives and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision. Also, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies and is included as Attachment F to the RFP; and FAR 52.204-9, Personal Identity Verification of Contractor Personnel, applies to this RFP. All interested vendors must be actively registered in CCR and provide a completed copy of FAR 52.212-3, Offeror Representatives and Certifications - Commercial Items, with their offer. Interested vendors contractors are invited to review the attached statement of work entitled, "National Institute of Justice /TSA Office of Law Enforcement, Federal Air Marshal Service (OLE/FAMS)" (Attachment C) and provide a written and electronic responses to be received not later than 3:00 p.m., Tuesday, November 10, 2009 to Raymond C. German, Contracting Officer, USDOJ/OJP/AMD, 810 Seventh Street, NW, Washington, DC 20531 and to raymond.german@usdoj.gov. Vendor questions/clarifications will be accepted through Wednesday, November 4, 2009 via email only. Vendors must identify the solicitation number in the subject line of the email. Offerors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transit the quotation signed by an individual authorized to commit the organization. Each response shall be on 8 ½ inch x 11-inch paper, 1 inch margins throughout, in a commercially standard font not smaller than 12 pitch font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The offer, including the letter of transmittal, shall be limited to 23 single-sided pages. Submit offers arranged in the following sections: 1. Section I - Technical 2. Section II - Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; and 3. Section III - Price, Firm-Fixed-Price for this Sleep and Fatigue Study. The price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the proposed price. Quotations should include labor costs, including labor categories, labor hours, hourly rates, indirect rates, and other direct costs, including travel and consultants. Award shall be made to the contractor who offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. Please note we are experiencing mail delays via the U. S. Postal System; thus preferred and expedited methods of submission include either hand delivery or use of an express mail service (e.g., UPS, FedEx, etc.) All proposal submissions must be delivered to the OJP Mailroom, 810 Seventh Street, NW, Washington, D.C., using the I Street entrance. OJP/AMD will not accept any proposals through the main lobby. Attachments: A. Best Value Evaluation Factors B. Required Pricing Schedule C. Statement of Work D. Business Management Past Performance Questionnaire E. Additional agency specific terms/conditions F. FAR Clause 52-212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/LEAA5/LEAA5/2010R001/listing.html)
- Place of Performance
- Address: To be Determined, United States
- Record
- SN01995469-W 20091101/091030235352-a6140d31d3791c9a513bf345c0d71047 (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 |