Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

70 -- SITE Web Services and Task Order & Requirements Management System (STORMS) - PWS

Notice Date
6/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
STORMPWS849000510
 
Point of Contact
Holly T Carr, Phone: 202-231-4597, Donald Camden,
 
E-Mail Address
holly.carr@dia.mil, donald.camden2@dia.mil
(holly.carr@dia.mil, donald.camden2@dia.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STORMS prototype Clauses STORMS PWS TITLE: SITE WEB SERVICES & TASK ORDER REQUIREMENTS MANAGEMENT SYSTEM (STORMS) ( Dated: 23 June 2010) This is a combined synopsis/solicitation for web support services required for establishing, managing, and maintaining an operational SITE Program website. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This effort will be limited to Small Business (SB) and individuals for this effort must have facility access to DIA. Furthermore, to prevent a potential unfair competitive advantage resulting from direct access the STORMS database, the winning offeror must agree not to participate as an interested party in any SITE contract solicitations. Title: Services and Task Order Requirements Management System (Storms) Description: The scope of this effort includes all the web support services and activities required for establishing, managing, and maintaining an operational SITE Program website. The Government will provide the registered internet domain name for the website, and the Contractor shall provide everything necessary to support its operational infrastructure including hardware, software licenses, and internet access fees and services (based on the Offeror's proposed technical solution). The Storms Database may be accessed through the link uploaded to this web site. [Any questions regarding this link may be addressed to Camille Lakhani at Camille.lakhani@dia.mil.] Interested parties must submit a Corporate Capability Response in accordance with the requirements of the posted performance work statement. The Corporate Capability Response (limit 5 pages) should show that offeror understands the objectives stated in the performance work statement and describe a logical high-level approach to their achievement. It should also include 3 past performance references. The contractor will be evaluated on the quality, applicability (e.g., similarity of work), and significance (e.g., size, cost, difficulty) of relevant corporate experience as it relates to the requirements of this PWS. In evaluating past performance, the Government may contact some or all of the references provided by the offeror and may contact other sources of information. Only relevant experience will be considered for past performance purposes. The Government may also consider information available to it through Government records, industry databases (e.g., Dunn and Bradstreet), and other sources. NOTE: it is incumbent on the vendor to provide current, accurate, and responsive past performance references. The deadline for this submission of Corporate Capability and Past Performance information is 11:00 a.m. est July 6, 2010. The Corporate Capability Response is limited to 5 pages. At this time price information is not required. On the basis of the evaluation of Corporate Capability and Past Performance, the Government will require a Technical Proposal and Oral Presentation from the most highly qualified vendors. Cost, technical solution, delivery schedule, and staffing information will be required at that time-in which these technical factors will be considered equal to price. This announcement incorporates FAR clauses as follows: 52.212-1; 52.212-2, 52.212-3; and 52.212-4. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Options. For those companies selected for oral presentations, 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). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Information should be provided by electronic email to Holly Carr at holly.carr@dia.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/STORMPWS849000510/listing.html)
 
Place of Performance
Address: Virginia Contracting Activity, Bolling AFB Bldg 6000, Washington, District of Columbia, 20340, United States
Zip Code: 20340
 
Record
SN02185599-W 20100625/100623234722-c4c6a74624b538286258c5c6d77d83c4 (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.