SOLICITATION NOTICE
L -- Data Management - Statement of Work
- Notice Date
- 9/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4705-10-R-0069
- Archive Date
- 10/12/2010
- Point of Contact
- Beverly J Williams, Phone: 703-767-1192
- E-Mail Address
-
Beverly.J.Williams@dla.mil
(Beverly.J.Williams@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis Solicitation 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. The solicitation is being issued as a request for proposal Request for Proposal (RFP) and the solicitation number is SP4705-10-R-0069. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-43 effective 02 AUG 2010, Defense Federal Acquisition Regulation Supplement (DFARS), and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr 2010-33. The complete text of any of the clauses and provisions are available electronically from the following site: This is a restricted requirement set-aisde for 100% Small Business Concerns. The North American Industry Classification Code (NAICS) is 541512. The small business size standard is $25,000,000,000. The solicitation is for Data Managment. The contractor will be required to conduct software engineering that will result in a standalone application the display the results of modeling experiments in Google Earth in at least a semi-automated way. See the attached Statement of Work (SOW). The requirement includes the below CLINs: CLIN 0001 Data Management (12 months from date of award) - Base Year CLIN 0002 Reports (12 months from date of award) - Base Year CLIN 1001 Data Management (12 months from the end of the Base Year, if Option is exercised) - Option Year CLIN 0002 Reports (12 months from date of award) - Base Year Note: Services shall be provided in accordance with the Statement of Work. Services will be offsite at the contractor's location as well as at the National Defense University. However, the majority of the work will be performed at the contractor's location. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Offerors shall provide Cage Code, Taxpayer Identification Number, as well as, Data Universal Numbering System no. with its proposal. The following clauses apply to this acquisition: 52.204-7, Central Contractor Registration (July 2006). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2010), applies to this acquisition: 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008), 52.203-6, Restrictions on Small Business Set-Aside (Sept 2006), 52.219-6 Notice of Total Small Business Set-Aside (Jun 200), 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2009), 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept. 2006), 52-222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept. 2006), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.222-50 Combating Trafficking in persons (Feb 2009), 52.225-1 Buy American Act-Supplies (Feb 2009), 52.232-25, Prompt Payment (Oct 2003), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.233-3, Protest After Award (Aug. 1996), and 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), 52.217-8, Option to Extend Services (Nov 1999), 52.217-9, Option to Extend the Term of the Contract (Mar 2000), 52.216-1, Type of Contract (APR 1984), 52.247-34, F.O.B. Destination, 52.204-2, Security Requirement (AUG 1996). Offerors shall submit proposals in three (3) sections, as detailed in the table below: Each section must be identifiable and submitted separately in Microsoft Word (version 1997 -2003 or later) and Portable Document Format (PDF) and Microsoft Excel (version 1997 - 2003 or later), as applicable, via electronic e-mail submission, one CDROM copy and in hardcopy (paper). Data submitted in spreadsheet format shall be readable in Microsoft Excel, and must be manipulable. Offerors shall ensure information is checked and determined to be "virus-free" prior to submission. The offeror shall submit (3) written proposal copies. Of the three (3), one (1) copy shall be original containing original signatures. The copies shall exclude the contractor's name. No reference of the contractor's name shall be included in the copies. Use 8 ½ by 11-inch paper printed on one side only with one-inch margins on all sides. Number the pages of each section consecutively. Use 12 point Times New Roman font with normal (uncondensed) spacing. Offerors may use fold out pages up to size 17 x 11 inches only for diagrams, charts, or graphic material, with the type sizes of such materials left to the offeror's discretion so long as it is readily readable. Proposal submission packages shall have RFP SP4705-10-R-0069 DATA MANAGEMENT clearly identified on each Section title page. The deadline for the submission of questions, concerns, and clarifications is 3:00 p.m. eastern standard time, Friday, September 24, 2010. Proposals shall be submitted in accordance with closing date for SP4705-10-R-0069. Proposals shall be submitted in separate sections to the address as detailed below. IDENTIFICATION PAGE LIMITATIONS NO. OF PRINTED COPIES VOLUME I - SECTION I - Production Capabilities 20 3 (1 original & 1 copy, 1 CDROM) VOLUME I - SECTION II - Project Management Plan/Quality Control 20 3 (1 original & 1 copy, 1 CDROM) VOLUME I - SECTION III - Plan of Action and Statement of Understanding 10 3 (1 original & 1 copy, 1 CDROM) VOLUME I - SECTION IV - Past Performance 10 3 (1 original & 1 copy, 1 CDROM) VOLUME II - Price Proposal 5 (1 original) A. General Format: In an effort to conduct an expedited yet comprehensive evaluation of all submittals, proposals must be submitted in accordance with the format described below. Any departure from this format may result in the rejection of the proposal. All requests for information in sections of this solicitation must be furnished with responses that are succinct. However, the Offeror must be certain to provide sufficient information necessary for Government comprehension of the proposal. Offerors shall address every item, Government terms and conditions and demonstrate its ability to comply with the solicitation requirements in their proposal. The Offerors written response to each item should provide the most detailed explanation possible as to how the Offeror intends to furnish the services required. Proposals shall be submitted in two (2) volumes. Offerors must submit one original and two (2) copies of each volume as follows: Technical: The following technical requirements must be addressed in the Volume I : Past Performance a. The Contractor shall demonstrate, via past performance, contract experience in a similar area of expertise. b. The Contractor shall demonstrate, via past performance, experience working in a research capacity within the Department of Defense. For past performance evaluation, Contractor shall provide previous work history within the same area of work over the last seven years as well as biographical information about the personnel suggested to support this project. Production Capabilities Contractor must supply personnel that: •a. Have experience developing applications for the visualization of social science/human behavioral modeling outputs in Google Earth. •b. Have demonstrated experience in software engineering and developing software code for applications that directly related to Section 3. •c. Have knowledge of M&S approaches from the social sciences that could benefit from geospatial visualization. •d. Have familiarity and demonstrated expertise in working with Tribe/Clan location and polygon definition in a Google Earth environment. Resumes of proposed personnel are to be submitted with the proposal. Project Management Plan/Quality Control a. An effective project management plan and structure for performance of the work is presented in the proposal. b. The Quality Control provides adequate measure to ensure quality and timeliness. Management of subcontracted effort is well planned and described. Plan of Action and Statement of Understanding a. Proposed plan of action for performance of the required work is comprehensive, implementable and creative in meeting the requirements of the scope of work. b. Statement of understanding is consistent with the RFP and demonstrates the offeror's complete understanding of the work required under the contract. Price - Volume II: To assist the Government in determining cost reasonableness/realism for this effort, it is required that you provide enough detailed cost information with your offer to make this determination. In preparing your cost proposal for Fixed-Price portions of the contract it is essential that you break-out and identify separately for each year of the contract. SECTION I - General Information Section I must include the following information or be included within a cover letter: Cover Sheet - The coversheet should include: •- Title of RFP •- Section Title •- Solicitation Number •- Name and Address of the Offeror, POC, telephone number, fax number, e-mail address, Taxpayer Identification Number (TIN), Data Universal Numbering System (DUNS), Commercial and Government Entity (CAGE) code, Federal Supply Code (FSC) or Service Code (SC). •- Offeror assigned proposal number (if applicable) •- Proposal Acceptance Period [See (b) Below] •- Remittance Information [See (d) Below] SECTION I - General Information The following when completed will constitute Section I. The purpose of this information is to assist the Government in preparing the contract documentation and supporting file. The offeror's proposal shall include a signed copy of the RFP, and completed Sections A through B. Highlighted below are Sections A and other requirements as follows: •a. Section A - (SF 1449) Solicitation/Contract Form - Complete blocks 17a (Cage Code must be included in the CODE block), 17b, 19, 20, 21, 22, 23 and 24c, and signature and date for blocks 30a, 30b, and 30c of the Standard Form 1449 by a representative authorized to bind the company. Signature by the offeror on the Standard Form 1449 constitutes an offer, which the Government may accept. The original copy should be clearly marked under separate cover and should be provided without any punched holes by the offeror. •b. The proposal acceptance period is specified on the coversheet page as detailed. The offeror shall make a clear statement on the coversheet page that the proposal is valid for 120 days. •c. Section B - Supplies or Services and Prices/Costs. Provide prices for Contract Line Items (CLINs) as identified in the RFP. Note: Section B is the same as Blocks 19 through 24 on SF 1449. Section B must be completed. The proposal must include a price per CLIN and the total for the Base Year and Option Year. •d. The offeror must provide relevant remittance information on the coversheet page. Note: Payment will be by Electronic Funds Transfer and vendors must be registered in the Central Contractor Registration database. See "Payment by Electronic Funds Transfer-Central Contractor Registration," in accordance with FAR 52.232-33. •e. All offerors shall attach a copy of their Online Representation and Certifications Application (ORCA). •f. Acknowledgement of RFP Amendments shall be by signature on each applicable Standard Form 30, if amendments are issued. Formal communications and specific requests for clarification(s) and/or information concerning this solicitation shall be submitted in writing via email prior to 72 hours of response date. No phone calls please. Written inquiries, if appropriate, will be answered in writing via an amendment to the RFP and provided to all offerors. However, the Government does not guarantee to answer any written inquires which are received less than 72 hours prior to response date. No telephone request for clarification will be responded to: DLA Contracting Services Office (DCSO-HQ), Andrew T. McNamara Headquarters Complex, Attn: Contracting Officer: Beverly J. Williams, 8725 John J. Kingman Road, Suite 1145, Fort Belvoir, VA 22060-6220. Email address: beverly.j.williams@dla.mil or by FAX: (703) 767-1183 Proposals are due on by September 27, 2010 3:00 PM Eastern Daylight Time and shall be delivered to the address below: DLA Contracting Services Office (DCSO-HQ), Attn: Beverly J. Williams, Contracting Officer, 8725 John J. Kingman Road, Room 1145 (delivery), Suite 0119 (mail), Fort Belvoir VA 22060-6220. If the Offeror chooses to hand carry the proposal or send it via courier service, the Offeror assumes full responsibility for ensuring that the offer is received at the location by the required time. All offers must be sealed in the format that is conducive for mailing and fully identified on the sealed envelope. Please note that there are no provisions for acceptance of late offers sent by overnight courier service (except by the United States Postal Service), regardless of the date of mailing. The Offeror is hereby notified that the building address stated above is a secure facility. Only uniformed couriers such as Federal Express, DHL, etc, will be allowed access. All other couriers are required to leave packages at the receiving dock for delivery to the recipient by the Government interdepartmental mail service. DLA employees will not be held responsible for picking up packages delivered to the lobby or loading docks of the DLA Headquarters Complex. All questions must be submitted by email no later than C.O.B. September 24, 2010 to beverly.j.williams@dla.mil. The questions will be answered with an amendment to this synopsis/solicitation. Updates to this synopsis/solicitation will be posted on FedBizOpps. This solicitation shall not be construed as a commitment of any kind. The resulting contract will be firm-fixed price. The period of performance for this requirement will be for a 12 month base year, with one, 12 month option periods. The provision at 52.212.2, Evaluation -Commercial Items, will be used to evaluate offerors for awarding the Firm Fixed Price contract. The Government will award a contract resulting from this solicitation to the responsible offeror having submitted the lowest-priced, technically acceptable offer that satisfies all terms and conditions of this solicitation. Note : The proposal must address the technical requirements identified within the Performance Work Statement. Offerors must be submitted via one of the following methods by 3:00 PM EST, September 27, 2010 : Email to: beverly.j.williams@dla.mil ; Fax to: 703-767-1130 Attn: Beverly J. WIlliams or Mail to: DLA Contracting Services Office, 8725 John J. Kingman, Room 1145, Fort Belvoir, VA 22060. Questions concerning this solicitation may be addressed to Beverly J. Williams and sent via email prior to 72 hours of the response date. In the subject line of the email, the solicitation number must be included. To be eligible for award of a Government contract, contractors must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet @ www.ccr.gov. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor the FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-10-R-0069/listing.html)
- Place of Performance
- Address: See the attached Statement of Work, United States
- Record
- SN02288554-W 20100922/100920234608-0adab21575a7a3702e3382930141032d (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 |