Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2010 FBO #3042
MODIFICATION

76 -- Clinical Reference Database

Notice Date
3/22/2010
 
Notice Type
Modification/Amendment
 
NAICS
511120 — Periodical Publishers
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
 
ZIP Code
21702-9203
 
Solicitation Number
N62645-10-T-0071
 
Archive Date
4/10/2010
 
Point of Contact
Amanda M. Heller,
 
E-Mail Address
amanda.heller@med.navy.mil
(amanda.heller@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR FAR 12.6, Streamlined Procedures for Commercial Items, as supplemented with additional information included in this notice. This acquisition is being conducted under FAR 13.5, Test Program Procedures for commercial items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N62645-10-T-0071. The solicitation is issued as a request for proposal (RFP). Provisions and clauses in effect through Federal Acquisition Circular 05-24 are incorporated. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 511120, with a small business size of 500 employees. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a proposal. The Naval Medical Logistics Command request responses from qualified sources capable of providing a clinical reference database in accordance with the following: PLEASE SEE THE ATTACHED STATEMENT OF WORK FOR SPECIFIC REQUIREMENTS EVALUATION FACTORS FOR AWARD: Best Value Technical: First Past Performance: Second Price: Third Evaluation Criteria: The Government shall award a contract resulting from a competitive award process. The awardee shall be the responsible offeror whose offer, conforming to the terms and conditions of the statement of work which offers the “Best Value” to the Government, cost and other factors considered. The technical and past performance factors, factors a. and b. below, combined are significantly more important than price, and are listed in descending order of importance. However, price may become a critical factor in the event that two or more offerors are determined to be essentially equal following the evaluation of technical and past performance factors. In any event, NMLC intends to award to the proposal that provides the Best Value, cost and other factors considered, to the Government. Pricing of option years shall be considered in the price evaluation. The Government intends to award without discussions, but reserves the right to conduct discussions. The Government reserves the right to award to other than the lowest offeror if the Government determines that a price premium is warranted due to technical merit. The Government reserves the right to award to other than the highest rated offeror. The Factors identified below are in descending order of importance and will be the evaluation factors used to evaluate all offers received: a. Technical Approach b. Past Performance c. Price TECHNICAL EVALUATION CRITERIA Offeror proposals shall be evaluated based on the following criteria: a. Technical Approach – How will the Offeror approach and accomplish the work? Offeror’s approach should include milestones of how Offeror will achieve the objectives of a monthly progress report, including task order project management, work breakdown structure (WBS), with the reporting of priorities including a risk mitigation plan, staffing plan, and critical reports as requested by the Government. b. Past Performance – The offeror should describe its past performance on three (3) similar contracts it has held within the last three (3) years which are of similar scope, magnitude and complexity to that which is detailed in the RFP or affirmatively state that it possesses no relevant directly related or similar past performance. Offerors who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to the requirements of the RFP. The offeror should provide the following information regarding its past performance: Offerors are to provide at least two past contracts of similar size and complexity. Each past contract will be identified by: 1. Contract number(s), award date and dates of performance. 2. Name, phone number, and e-mail address of a point of contact at the federal, state, local government or commercial entity for which the contract was performed. 3. Number of full time equivalent (FTE) personnel utilized under the contract. 4. Dollar value of the contract. 5. Detailed description of the work performed under the contract. 6. Names of subcontractor(s) used, if any, and a description of the extent of work performed by the subcontractor(s) 7. Numbers and varieties of clients supported. 8. The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the corrective action (if applicable). 9. Any other relevant information. If the contractor does not have past contracts, the past performance will be viewed as neutral. The Government shall evaluate the quality and quantity of the offeror's Past Performance. The Government reserves the right to contact the points of contact identified in the offeror’s proposal for the purpose of assessing the offeror’s record of Past Performance. The Government shall not restrict its Past Performance evaluation to information submitted by the offeror but shall also consider any other relevant information in its possession and may contact references for that information. QUOTE/PROPOSAL INSTRUCTIONS: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. FAR Provisions & Clauses: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: FAR 52.247-34, F.O.B. Destination; DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7021, Trade Agreements; 252.227-7015, Technical Data—Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. Quotes/Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to: Proposals are due by 4:00 PM Eastern Time on 26 March 2010. Any questions must be addressed to amanda.heller@med.navy.mil by email only NLT 22 March 2010. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645-10-T-0071/listing.html)
 
Place of Performance
Address: San Antonio, Texas, United States
 
Record
SN02099119-W 20100324/100322234736-5756228617b5c6ba2a6a763ed906ccce (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.