Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

R -- PROJECT MANAGEMENT AND ACQUISITION SUPPORT SERVICES - RFP

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Metropolitan Services Center (WPD), 1099 14th Street, NW, Suite 200W, Washington, District of Columbia, 20005
 
ZIP Code
20005
 
Solicitation Number
GS-11P-10-WP22PSMA-1003
 
Point of Contact
Joy R Garrett-Bey, Phone: 202-219-3039, Regina Crews, Phone: 202-208-3494
 
E-Mail Address
joy.garrett-bey@gsa.gov, Regina.crews@gsa.gov
(joy.garrett-bey@gsa.gov, Regina.crews@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF1449 RFP (1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart, as supplemented with additional information included in this notice and file attachments. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. All contractors must be registered with the Central Contractor Registration (CCR) to be considered an award of a Federal contract; the web site for registration is www.ccr.gov. Additionally, each offer must obtain, and provide with their proposal, their nine-digit Dun and Bradstreet (DUNS) number. (2) GS-11P-10-WP22PSMA-1003 is issued as a Request for Proposals (RFP). The Government intends to competitively award a single award labor hour contract. (3)This solicitation document incorporates clauses and provisions in effect through Federal Acquisition Circular. This solicitation and contemplated contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full test. Full text of all clauses and provisions may be accessed electronically at www.arnet.gov. (4)This is a 100% set-aside for small business. The applicable NAICS code is 541611, Administrative Management and General Management Consulting Services; size standard - $6.5 million. (5)The contractor shall furnish all the necessary personnel and services to successfully perform the requested services in section 6. The contractor must have an office within the Washington, DC Metropolitan Area. Contractors will indicate in their technical proposal the location of their Washington, DC office. Contractors not meeting this criterion will not be evaluated for award. (6)Description of Services: The contractor shall formulate contracts using FAR Parts 8, 12, 13, 14, 15, and 36 and the GSA supplemental regulations to the aforementioned Parts. The contractor will be required to review contracts for FAR compliance. Agency best practices shall be used when formulating contracts and in the post award administration activities of contracts. Contract close out may also be performed under this contract. Project Management Acquisition Support Services shall include: Post Manager Services: Overseeing the performance of contractor Contract Specialist (CS), reviewing Contract Specialist files to ensure contract compliance; assisting customers with requirements documents and formulating Task/Delivery Orders. Acquisition Support Sevices: formulating contrcts and purchase orders, formulating task/delivery orders against existing IDIQ contracts, processing modifications, extending options, assisting customers with requirements documents, closing out contracts, acquisition reporting and other acquisition support services as needed. (7)Price Schedule: The contractor shall propose the necessary labor categories and fully loaded labor rates to perform the sevices under the contract for Base Year and two one-year Options. Note: All options under this contracts shall be negotiated and awarded in accordance with the terms and conditions under FAR Part 52.217-8, Option to Extend Services and FAR Part 52217-9, Option to Extend the Term of the Contract. Although the contractor will be required to propose the necessary staff to perform the services, the selection of staff (labor categories and numbers of contractor employees) shall be at the discretion of the Government. Through the term of the contract, the government may acquire additional contractor employees based on the Government’s current workload/need. The contractor shall be required to submit resumes of proposed personnel within five (5) business days of the Contractor’s written request. All contractor employees shall possess the necessary skills to perform the services. On-site employees shall be required to meet the security requirements (including HSPD-12) before working on-site. (8)Duration of the Contract Period: Twelve (12) months from date of award with two (2) 12-month option periods. (9)Place of Performance: GSA, NCR, Metropolitan Service Center, Franklin Court, NW, Washington, DC 20005. (10) The provisions at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. (11)The provision at 52.212-2, Evaluation-Commercial Items, with the following factors shall be used to evaluate offers: 1) Technical Understanding; 2) Experience; 3) Past Performance; and 4) Price. 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. When combined, technical is more important than price, however, as firms are determined more technically equal, price may become the determining factor. The evaluation factors are in descending order of importance. Factor 1 – Technical Understanding. The contractor must demonstrate an understanding of agency’s requirements. Factor 2 – Experience. The contractor’s experience in contract and contract management. Factor 3 – Past Performance. The contractor must submit three past performance references. Cost control, business relations, and quality of services shall be evaluated under past performance. (12)The Government will evaluate price by adding the total price of all options to the total price for the base year requirements. Evaluation of options shall not obligate the Government to exercise the option(s). (13)A completed copy of 52.212-3, Offeror Representations and Certifications – Commercial Items, shall be submitted with proposal if not available through ORCA at https://orca.bpn.gov. (14)The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. (15)The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Please see attached solicitation for additional FAR clauses and provisions applicable to this acquisition. (16)All responsible sources shall submit proposals on or before 12:30pm (eastern time), Tuesday, September 14, 2010. The completed Standard Form (SF) 1449 should be submitted as part of your proposal. Contractors are encouraged to register with the FedBizOpps vendor notification service. (17)Potential offers may direct all inquiries regarding this solicitation in writing to Joy Garrett-Bey at joy.garrett-bey@gsa.gov. Solicitation Number GS-11P-10-WP22PSM-1003 must be included in the subject line. FAX PROPOSALS WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPH/GS-11P-10-WP22PSMA-1003/listing.html)
 
Place of Performance
Address: GSA, NCR, PBS, Metropolitan Service Center, 1099 14th Street, 200W, Washington, District of Columbia, 20005, United States
Zip Code: 20005
 
Record
SN02267471-W 20100905/100903234939-832a87312acb1b215de3f74a9b9e0007 (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.