SOLICITATION NOTICE
U -- Annual Corporate Leadership Training - RFP and SOW
- Notice Date
- 6/20/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Other Defense Agencies, National Geospatial-Intelligence Agency, AC Headquarters Support (ACH), Attn: ACH Mail Stop D-88, 4600 Sangamore Road, Bethesda, Maryland, 20816-5003, United States
- ZIP Code
- 20816-5003
- Solicitation Number
- HM0177-11-T-0061
- Archive Date
- 7/22/2011
- Point of Contact
- Candace I. Johnson, Phone: 571-557-2434, Scott Stallsmith, Phone: 301-227-7842
- E-Mail Address
-
Candace.I.Johnson@nga.mil, Scott.L.Stallsmith@nga.mil
(Candace.I.Johnson@nga.mil, Scott.L.Stallsmith@nga.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work RFP This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 and 13, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The National Geospatial-Intelligence Agency (NGA) has a requirement for Annual Corporate Leadership Council Membership. This requirement is being competed on a full and open basis solely through the Government Point of Entry (www.fbo.gov). The specific requirements and associated contract clauses are included with this synopsis/solicitation and are viewable via attachment #1. Offerors must sign in to the FBO website to view the attachment. An MPIN may also be required. All vendors interested in submitting a quote for consideration should do so, prior to the solicitation closing date of July 7, 2011 by 12:00pm EST, via E-MAIL ONLY to the point of contact(s) listed in this solicitation. Quotes not submitted via e-mail will NOT be evaluated. All submissions should be in accordance with the stipulations set forth below: 1. The Government anticipates awarding a 12-month base (plus four one-year options) Firm-Fixed Price contract. 2. Instructions for the submissions of Offers. To aid in evaluation, it is desired that each proposal volume follow the same general format. All proposals shall contain a Title Page, a Table of Contents, and a cross-reference matrix of the proposal to the respective Statement of Work (SOW) requirements and to the respective evaluation criteria. No volume shall exceed 25 pages including: illustrations, charts and title pages, table of contents, indices, and glossaries. Page size shall not exceed 8.5x11. Type shall be font size 12pt, Times New Roman. 3. Proposal requirements: All offerors competing for award are required to provide the quote information specified in this RFP, for evaluation. The proposal shall be prepared and submitted in two separate volumes as follows: A. Volume 1 - Technical: The technical approach shall include information/documentation regarding the items quoted in sufficient detail to clearly identify the offeror's understanding and qualifications to accomplish the required work in the SOW. Also, include any reports from the government and/or other evidence of performance. B. Volume 2- Price: In the price volume, the offeror must include a statement that it either (a) agrees to the terms and conditions of this RFP or (b) it takes exceptions to any terms and conditions of the RFP, and clearly identifies those exceptions. Objections to any of the terms and conditions of this RFP may be considered by the Government to be unacceptable. This section must contain a statement that Offeror's acceptance period is valid for 90 calendar days for the date of receipt by the Government In addition, the price volume of the proposal shall include any supporting information needed to understand the basis for pricing the offer. The Government may reject any proposal, which is materially unbalanced as to prices. An unbalanced proposal is one which is based on prices significantly less for some work and prices which are significantly overstated for other work. An offeror's proposal is presumed to represent best efforts to respond to the RFP. Any inconsistency between promised performance and price should be explained in the price volume of the proposal. Vendors are required to provide a unit price for each Contract Line Item Number (CLIN) for the base as well as the options years. 4. Award shall be made to the offeror that submits the LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) quote. The technical requirements of the services to be provided are detailed in the solicitation and subsequent attachments. OFFERORS PROPOSAL MUST ADDRESS EACH SERVICE IN THEIR QUOTE THAT IS LISTED IN THE SOLICITATION, IN ORDER TO BE CONSIDERED TECHNICALLY ACCEPTABLE. 5. Equal Low Bids will be evaluated in accordance with FAR 19.202-3. 6.The Government intends to evaluate responses and award a contract without discussions. Therefore, the offeror's response should contain the best offer. The Government reserves the right to hold discussions if the Contracting Officer determines that it is in the best interest of the Government. If award will be made without discussions, offerors may be given the opportunity to clarify certain aspects of their proposal or clarify certain aspects of proposals or resolve minor or clerical errors. 7. Submissions should not contain attachments greater than 3MB in size. Such submissions may be excluded. 8. All questions should be in writing, VIA E-MAIL ONLY directed to Contracts Specialist Candace I. Johnson at Candace.I.Johnson@nga.mil. All questions (and their answers) will be posted on the FBO website to provide equal access to information for all potential offerors. The submission deadline for questions is June 30, 2011 by 12:00pm EST. 9. All offerors should submit a completed version of 52.212-3, Offeror Representations and Certifications (attached). 10. All vendors must have a current registration in the Central Contractor Registration (CCR) as specified in the solicitation prior to award. Those vendors who submit a quote not in accordance with the NAICS codes will be eliminated from the competition. 11. The Government reserves the right to cancel the solicitation without obligation. 12. The Offeror must meet the general standards for responsible perspective contractor as set forth in FAR 9.104-1 (General Standards) in order to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/55b1848a6dbb53c5873882bd063c2ca2)
- Place of Performance
- Address: 7500 GEOINT Dr, Springfield, Virginia, 22150, United States
- Zip Code: 22150
- Zip Code: 22150
- Record
- SN02477416-W 20110622/110620235013-55b1848a6dbb53c5873882bd063c2ca2 (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 |