Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2010 FBO #3182
SOLICITATION NOTICE

C -- Time Difference of Arrival (TDOA) Direction Finding Developmental Support Contract - Statement of work

Notice Date
8/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Federal Communications Commission, Office of the Managing Director, Contracts and Purchasing Center, 445 12th Street, SW, Washington, District of Columbia, 20554
 
ZIP Code
20554
 
Solicitation Number
FCCRFQ10000PS5
 
Archive Date
9/9/2010
 
Point of Contact
Bridget C Gauer, Phone: 2024181865
 
E-Mail Address
bridget.gauer@fcc.gov
(bridget.gauer@fcc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of work 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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number FCCRFQ100000PS5 is issued as a request for quotation (RFQ). This procurement is being conducted under simplified acquisition procedures in FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-43. This RFQ is issued as a small business set aside under NAICS code 541990. The size standard is $7.0 million. The following contract line item number (CLIN) is included in this RFQ: CLIN 0001 Provide an Electrical Engineer to perform the duties and described in the attached SOW 700 Hrs Hourly Rate ________ Total _______ Period of Performance: Date of award through 12 months CLIN 0002 Option Year One for services described under CLIN 0001 Period of Performance: one day after base year for 12 months (actual dates will be inserted at time of award) CLIN 0003 Option Year Two for services described under CLIN 0001 Period of Performance: one day after option year one for 12 months (actual dates will be inserted at time of award) Pricing: Vendors shall provide fully burdened labor hours. Provision at 52.212-1, Instructions to Venders-Commercial, applies to this acquisition with the following addenda: Vendors are requested to demonstrate their expertise through a written quotation. Quotations shall include the following information: Key Personnel: The vendor shall provide the resume of the proposed personnel. The resume shall show the personnel's education and experience and it relates to the statement of work. Past Performance: The Vender shall provide three (3) references of previous projects similar in size, scope, and complexity of this offer. The FCC may contact those references during the evaluation process to verify relevant experience and level of performance. The FCC may, at its discretion, obtain and evaluate information from sources other than those provided by the Vender. The Government will evaluate the degree to which the vender's past performance demonstrates experience likely to result in satisfactory performance. Price: vendors shall submit a copy of the schedule of services and supplies with its pricing inserted for each item. Vendors must include a completed copy of the provision at 52.212-3, Vender Representations and Certifications-Commercial Items, with their quotations. Vendors shall submit their quote via email to: eproposals@fcc.gov no later than the response date stated in this notice. The Government will make an offer to the vendor whose quotation conforms to the requirements of this solicitation and is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Key personnel, past performance and Price. Non-price factors are more important than price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition with no addendum. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6, 52.219-6, 52.219-14, 52.219-28, 52-222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.223-9, 52.225-5, 52.225-13, and 52.232-33. The Contractor shall submit invoices in accordance with the FCC invoice procedures below: INVOICES NOTE: *Invoices may be submitted via email to: FO-Einvoices@fcc.gov. In addition, copies of the emailed invoices shall also be sent to the CO. Only one emailed copy is required. Invoices* may be submitted in an original and two copies to: FCC Travel/ Operations Group, Room #1A761, 445 12th Street, S.W., Washington, DC 20554.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/FCC/FCCOMD/FCCCPC/FCCRFQ10000PS5/listing.html)
 
Place of Performance
Address: Columbia, Maryland, United States
 
Record
SN02234288-W 20100811/100809235715-834a9d72c08438f83ff053b92db35ec2 (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.