Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2011 FBO #3506
SOLICITATION NOTICE

R -- Combined ISO 9001:2008 and 14001:2008 registrar service.

Notice Date
6/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
M67004 BLOUNT ISLAND COMMAND 5880 Channel View Blvd JACKSONVILLE, FL
 
ZIP Code
00000
 
Solicitation Number
M6700411R0067
 
Point of Contact
Alice M. Settle 904 696-5007
 
Small Business Set-Aside
N/A
 
Description
Establishment of a Five (5) Year Blanket Purchase Agreement (BPA) for ISO Surveillance Audits at Blount Island Command, Jacksonville, Florida 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. This is a Request for Proposals and is 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) code for the procurement is 541611 and the Small Business size standard is $7.0 million. In accordance with 52.212-2 Award shall be made to the responsible offeror whose offer is determined to be Lowest Price Technically Acceptable. FAR Provision 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. The addendum to FAR 52.212-1 is as follows: Prior Experience and Past Performance are non-cost evaluation factors. Offerors shall provide objective evidence in its technical proposal to substantiate that they have a minimum of five (5) years prior experience in both certifying and auditing Department of Defense organizations. Prior Experience shall be in both certifying and auditing ISO 9001:2008 and 14001:2008. Offerors shall comply with FAR 52.212-1(b)(10) with its submission of past performance information for evaluation. FAR Provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The addendum to FAR 52.212-2 is as follows: Award shall be made to the responsible offeror whose offer is determined to be Lowest Price Technically Acceptable. The Government intends to make a single BPA award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. The following factors, will be used to evaluate offers: 1) Certification in both ISO 9001-2008 and 14001:2008; 2) ANAB accredited Registrar; 3) Prior Experience; 4) Management Plan; 5) Past Performance and 6) Price. The standard of acceptability for the technical evaluation factor, Certification in both ISO 9001-2008 and 14001:2008, is that the offeror shall submit objective evidence in its proposal that shows it holds the required certification in both ISO 9001-2008 and 14001:2008. Offeror shall be certified and able to do both as this is the resultant requirement. The standard of technical acceptability for the technical evaluation factor, ANAB Accredited Registrar, is that the offeror shall submit objective evidence in its proposal to show that it is an ANAB accredited registrar. The standard of technically acceptability for the technical evaluation factor, Prior Experience, is that the offeror shall submit objective evidence in its proposal to demonstrate that it has a minimum of five (5) years of prior experience in both certifying and auditing Department of Defense organizations. The standard of technical acceptability for the technical evaluation factor, Management Plan, is that the offeror shall submit a plan that is determined to be feasible to meet all of the contract requirements, inclusive of meeting the estimated times for all audits and ability to manage the technical performance of the resulting BPA based upon the attached Statement of Objectives to accomplish the deliverables in the time frame indicated. The Management Plan shall include staffing levels and number of days required to accomplish the contract requirements including resumes of proposed auditors and audit assistants showing objective evidence of training experience, audit plan for meeting deliverables, performing both ISO 9001:2008 and 14001:2008 at the same time and how overall execution for the entire five (5) year period will be accomplished. The Management Plan shall be submitted in sufficient detail so that the Government can understand the offeror s technical approach and its ability to meet all established objectives. A firm not possessing the required minimum standard of acceptability in any technical factor will not be considered for additional evaluation or award. The following evaluation phases will be adhered to: Phase 1: Certification Acceptability; Phase 2: ANAB Accredited Registrar Acceptability; Phase 3: Prior Experience Acceptability; Phase 4: Management Plan Acceptability; Phase 5: Past Performance Acceptability, and Phase 6: Lowest Price Technically Acceptable Evaluation. Only those firms found to be technically acceptable in Phases 1 - 5 will be considered for evaluation in Phase 6. Offerors must include a completed copy of FAR Provision 52.212-3 Alt I, Offeror Representations and Certifications Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. FAR Clause 52.219-6, Notice of Total Small Business Set-Aside applies to this acquisition. Offers are due 18 July 2011 16:00PM (Eastern Time Zone) via submission by email: alice.settle@bic.usmc and joanna.lovett-black@bic.usmc.mil. For information concerning this solicitation contact Alice Settle via email at the above email address. The subject line of all proposals sent via email shall read as: ISO Surveillance Audits Proposal . Late proposals will not be accepted or evaluated. Registration in the Central Contractor Registration (CCR) Database is a requirement for award. Firms are to go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://farsite.hill.af.mil. Offerors responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. Offerors responding to this solicitation shall submit technical proposals in accordance with the Addenda to FAR 52.212-1/ 52.212-2 and any other proposal requirements stated herein. Offerors responding to this solicitation shall submit a price proposal, consisting of a unit and total price for each line item listed on the attached Pricing Schedule for this BPA. CAUTION: This solicitation has been issued electronically as will any amendments thereto. Thus, the Government is under no obligation and is in fact unable to maintain a bidder's mailing list. It is therefore incumbent upon any interested party to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for proposal receipts may render your offer non-responsive and result in the rejection of same. Vendors are required to be registered in the Central Contractor Registry (CCR). All prospective contractors are required to submit or upload their organizations representation and certifications at https://orca.bpn.gov prior to submitting your offer, failure to do so will render your offer non-responsive. The Government shall be obligated hereunder only to the extent of authorized calls actually placed against the BPA. The Government shall not be obligated to make any calls (i.e., place any request for equipment or installation services) under this agreement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004A/M6700411R0067/listing.html)
 
Record
SN02485591-W 20110701/110629234940-1863bf990d59eacffc18d4ac46abb6ad (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.