Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

R -- Summative Evaluation of the Webranger.

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
HFC - Acquisition Management National Park ServiceHarpers Ferry Center230 Zachary Taylor Street, P.O. Box 50 Harpers Ferry WV 25425
 
ZIP Code
25425
 
Solicitation Number
Q2450100007
 
Archive Date
8/5/2011
 
Point of Contact
Sheila L. Spring Contract Specialist 3045356239 sheila_spring@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement along with Request for Quotation Number Q2450100007 constitutes the entire solicitation. The National Park Service (NPS) has a requirement to generate a scientifically-valid summative evaluation of WebRangers, the NPS's online Junior Ranger Program. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-45 (Effective June 16, 2010). This acquisition is a total small business set-aside. Responses are due on or before August 18, 2010. The North American Industry Classification System code is 611710 and the related small business size standard is $7.0 million dollars. It is anticipated that one award will be made on or about August 30, 2010. The award will be for a firm-fixed-price contract. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://www.arnet.gov/far FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-2 Evaluations- Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-28, FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2. Offerors should submit the following: 1. A technical approach which explains an understanding of the work proposed under this contract. Include how the research requirements and evaluations will be handled. 2. Identify the Key Personnel, including subcontractors, proposed for use under this contract and explain what duties they will perform. Provide resumes for any proposed personnel. Resumes shall document education, knowledge, related work experience and qualifications. 3. Level of Effort. 4. Price. Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2. Proposals will be reviewed to determine which one represents the greatest value, price and other factors considered. Award will not necessarily be made to the lowest priced offeror, but rather the one that offers the best value to the National Park Service in terms of the following evaluation criteria, which are listed in descending order of importance. " Evaluation will be based on the proposed technical approach which explains an understanding of the work proposed under this contract, including how the research requirements and evaluations will be handled; " Evaluation will be based on education, knowledge, related work experience, and qualifications of personnel, including subcontractors, proposed for use under this contract; " Evaluation of the adequacy of the level of effort; and " Price. All proposals shall be submitted via email to Sheila Spring at sheila_spring@nps.gov with a copy to Maria Anthony at maria_anthony@nps.gov no later than 4:00 p.m., ET, August 18, 2010. Offerors are hereby notified that if your quotation is not received by the date and time specified in this announcement that it will be considered late in accordance with FAR 52.212-1. The point of contact for this requirement is: Sheila Spring, Contract Specialist, at (304) 535-6239.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q2450100007/listing.html)
 
Place of Performance
Address: Contractor's facility
Zip Code: 25425
 
Record
SN02230819-W 20100807/100805235926-1962cff43f64a4fd78e094789853e6d9 (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.