Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2010 FBO #3150
SOLICITATION NOTICE

R -- Earned Value Management Training w/Insight Professional and Dashboard - SOO and Schedule

Notice Date
7/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Business Transformation Agency, Business & Management Division (BTA-BMD), 241 18th Street, Suite 100, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
HQ0566-10-T-0029
 
Archive Date
8/13/2010
 
Point of Contact
David Blocker, Phone: 7034744742
 
E-Mail Address
david.blocker@bta.mil
(david.blocker@bta.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Schedule-fill in SOO This is a SMALL BUSINESS SET-ASIDE combined synopsis/solicitation (HQ0566-10-T-0029) for commercial services prepared in accordance with the format in Subpart 12.6 as supplemented by FAR 13.5, as applicable, and with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 05-44. The North American Industry Classification System (NAICS) is 541519. The small business size standard is 25M. The purchase order shall be awarded using simplified acquisition procedures in accordance with FAR Part 13 as a fixed price purchase order in accordance with the attached Statement of Objectives (SOO). The SOO has identified the broad, basic, top-level objectives of this service acquisition and is used as a focusing tool for both the Government and offeror (s). Each offeror (s) will provide their Contractor SOW (CSOW) with their proposal and this will be incorporated into the awarded contract. The offeror shall ensure all aspects of the SOO are addressed. The CSOW should specify in clear, understandable terms the services to be performed by the contractor. All questions concerning this request for quotation shall be directed to david.blocker@bta.mil. To receive an award the company must be registered in the Central Contractor Registration Database (CCR) http://www.ccr.gov/ or meet an exception. Final inspection and acceptance shall be at destination. Anticipated award date is on or about 19 August 2010, with a 150 day period of performance. All responsible small business sources capable of meeting the requirements in the Statement of Objectives shall provide the information requested in 52.212-2 Evaluation-Commercial Items. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. FAR 52.252-2 Clauses Incorporated by Reference Feb 1998 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov. FAR 52.212-1 Instructions To Offerors Commercial Items (June 2008) FAR 52.212-2 Evaluation Commercial Items (Jan 1999) The Government will award a contract resulting from this quote to the responsible offeror whose offer conforming to the quote will be most advantageous, or Best Value to the Government, price and other factors considered per FAR 13.106-2. The following factors in descending order of importance shall be used to evaluate offers: FACTOR 1 Technical Approach: •(1) Describe in-house core technical competencies, e.g., hardware, software, visuals. (2) Detail relevant experience on programs or projects similar in nature to the efforts required by the Statement of Objectives. If the vendor does not have such experience describe such programs or projects by the nature of the work, their role in the project, size of the program, whether the work was government or commercial, and provide rationale supporting how that work experience is relevant to this requirement. (3) Details the CSOW in clear and understandable terms and all areas of the SOO addressed. FACTOR 2 Past Performance •(2) Provide three (3) past performance references over the past three years and include the following (1) focus on the quality of product and service, (2) cost control, (3) timeliness of performance, and (4) business relations. Provide past performance with above information as a separate document to david.blocker@bta.mil NLT 22 July 10, 12 noon EST Price: Pricing schedule is attached as a separate document. Technical and past performance, when combined, are equal to price (b) 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). (c) 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. (End of Provision) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Feb 2009), Alt I (Apr 2002). Unless the quoter has completed the online certification and representations in ORCA https://orca.bpn.gov/login.aspx. These certifications must be submitted prior to award; copies are posted as a separate attachment *FAR 52.212-4 Contract Terms and Conditions Commercial Items (Jun 2010) *FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2010) *DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2010) See Numbered Note 1. Closing date and time for receipt of quotes is 29 July 2010, 12 noon Eastern Daylight Time (EDT). Quotes received after this date and time will not be considered. Email quotes are acceptable and may be forwarded to david.blocker@bta.mil. Include: payment terms and any discount offered for prompt payment; the business size standard and any minority classification; and any terms and conditions. *Awarded contract will provide clauses in full text
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/BTA/BTA-BMD/HQ0566-10-T-0029/listing.html)
 
Place of Performance
Address: 1851 South Bell street, Arlington, Virginia, 22240, United States
Zip Code: 22240
 
Record
SN02200027-W 20100710/100708235517-343dc4e5d2d88ba305564dd5d961a2b6 (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.