SOLICITATION NOTICE
R -- Notice Type:Combined Synopsis/Solicitation Synopsis: 1) GENERAL INFORMATION: This solicitation is issued as Request for proposal # P11PS000816. This is a combined synopsis/solicitation for commercial items prepared in accordance with th
- Notice Date
- 7/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- WASO - WCP - Denver Contracting & Procurement 7333 W. Jefferson Avenue Lakewood CO 80235
- ZIP Code
- 80235
- Solicitation Number
- P11PS000816
- Response Due
- 8/1/2011
- Archive Date
- 7/21/2012
- Point of Contact
- Matthew T Mulcahy Contract Specialist 3039879685 Matthew_mulcahy@contractor.nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- Notice Type:Combined Synopsis/Solicitation Synopsis: 1) GENERAL INFORMATION: This solicitation is issued as Request for proposal # P11PS000816. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6 and supplemented with additional information. This announcement constitutes only the solicitation; proposals are being requested and a separate solicitation will not be issued. The National Park Service (NPS) contemplates award of a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract, as a result of this combined synopsis/solicitation, to the offeror providing the best value to the Government. NAICS code:541512; small business size standard: $25M. The proposed contract is set-aside for small business concerns. The anticipated award date is approximately September 15, 2011. Most questions regarding this requirement can be answered by carefully reviewing this solicitation. Should this not be the case, please email questions to matthew_mulcahy@contractor.nps.gov. Delivery and acceptance will be FOB destination: Mary Hudson, 240 W 5th Avenue, Rm 114Anchorage AK 99501. 2) REQUIREMENT This requirement is to ensure the uninterrupted operation of the National Park Service (NPS) Cost Estimating Software System (CESS) 3) SPECIFICATIONS NPS's requirement is for management and training for the CESS system. These specifications are: Assist the Department of the Interior (DOI), National Park Service and other DOI bureaus, with the operation and maintenance of the Cost Estimating Software System (CESS) functionality, work flow processes, interoperable software applications, databases, to include providing professional services and software programs to operate, configure, update, and maintain the CESS database, related processes and business practices throughout the NPS and possibly DOI. Work efforts also include meetings/workgroup participation, database and estimating support, and general CESS related support.Included in the services is support for the continued integration and enhancement of Timberline / CESS with Maximo, Facility Software Maintenance System (FMSS), RS Means, the NPS estimating applications, and other NPS service-wide and DOI relevant cost estimating processes and cost databases, as well as other programs not mentioned above. 4) EVALUATION FACTORSContact Contract Specialist for a copy. Required. 5) CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. Provisions and clauses noted below may be accessed at http://acquisition.gov/far/index.html and apply to this solicitation. Clause 52.204.07: Central ContractorsProvision 52.212-3: Offeror Representations and CertificationsClause 52.212-4: Contract Terms and Conditions - Commercial Items, applies to this acquisition.Clause 52.212-5: Provision 52.212-1: Instructions to Offerors52.252-02: Clauses Incorporated by Reference52.216-19: Order LimitationsMin $1,000.00 Max $1,000,000.0052.216-22: Indefinite Quantity52.217-08: Option to Extend Services52.217-09: Option to Extend the Term of the Contract52.227-14: Rights in Data-General52.252-06: Authorized Deviations in Clauses Quality Assurance Surveillance Plan: The contractor shall submit a Quality Control Plan to the Contracting Officer within 30 days from award. The plan shall include procedures for identifying problems, correcting them, and ensuring they don't re-occur. The Quality Control Plan and any subsequent changes to it shall be approved by the Contracting Officer. The plan shall address the approach and methods to assure all deliverables (including electronic data input into NPS applications) submitted to NPS is accurate and in compliance with contract requirements, and actions to address and correct unacceptable data. Travel will be In Accordance With (IAW) the Federal Travel Regulation Executive Order 13513: This Executive Order introduces a Federal Government-wide Prohibition on the use of text messaging while driving on official business or while using Government-supplied equipment. Interested parties may submit a proposal using the format below or by completing an SF-18 Request for Quote, available at no charge at www.gsa.gov. All proposals must have the following information: Proposal #P11PS000816, CESS Management. Questions are due by Tuesday, July 26, 2011 at 4:00 PM Mountain Time. Proposals Due: Monday, August 1st, 2011, 4:00 pm Mountain Standard Time Submit to: E-mail: matthew_mulcahy@contractor.nps.gov, Attn: Matt Mulcahy, via Fax: (303)969-2402, or email alternate point of contact Shemika Young, at Shemika_young@nps.gov. Proposals and any supportive documentation must be received no later than the closing date and time of this announcement. Proposals will include the following information: Date, Company name, Company Address, Duns number, Company Point of Contact name, Phone number, Fax number, and e-mail. Proposal Line Items:One base year period of performance plus four (4) option years:CESS Operations and Maintenance Line Item 0001, 1001, 2001, 3001, 4001, HRTiberline cost Estimating Line Item 0002, 1002, 2002, 3002, 4002, HRMaximo Technical Support Line Item 0003, 1003, 2003, 3003, 4003, EATraining Line Item 0004, 1004, 2004, 3004, 4004, EATravel Line Item 0005, 1005, 2005, 3005, 4005, NTETotal of Proposal (Line items 1-5, including option years): $__________. Pricing will be provided using the following labor categories: Manager, Senior Consultant, Junior Consultant, and Consultant. Offeror can offer other suggestions for labor categories within their quote. 6. General Line Item Notes: A. Offerors shall submit a technical and price proposal no more than 15 pages each B. Offerors shall submit product literature as specified. C. The Government reserves the right to exercise any or all of the options, at the prices stated in the schedule, at any time prior to the expiration of the term of the contract. D. Interested parties should contact Matthew Mulcahy for a copy of the Performance Work Statement, the Evaluation Factors and any additional information at (303) 987-6985, or matthew_mulcahy@contractor.nps.gov, or Shemika Young at shemika_young@nps.gov END OF SOLICITATION
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS000816/listing.html)
- Record
- SN02508647-W 20110724/110723014608-6bc05e231a77ea62c886888d43c130c9 (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 |