SOLICITATION NOTICE
R -- Imagery and Information Sharing in Disaster Relief operations, coordination between US Government and Non-Governmental Organizations (NGOs) - Solicitation SP4705-11-T-0045 - Statement of Work (SOW)
- Notice Date
- 9/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical 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
- Archive Date
- 9/19/2011
- Point of Contact
- carlos vidro-martinez, Phone: 7037676826
- E-Mail Address
-
carlos.vidro-martinez@dla.mil
(carlos.vidro-martinez@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work (SOW) Solicitation SP4705-11-T-0045 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. The Solicitation number is SP4705-11-T-0045 and is issued as a Request for Quotation (RFQ). This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-46. This is a 100% small business set-aside procurement. The NAICS Code is 541990 (Other Computer Related Services) and the Size Standard is $7,000,000. NOTE: Offerors will be required to have this NAICS Code listed in their ORCA Certification. Proposals from all responsible businesses will be considered if no small business proposals are received. All offers must be in the English language and in U.S. dollars. The period of performance is from September 30, 2011 thru September 29, 2012 with one option period. CLIN 0001: Imagery Services; Unit of Issue: 12 Months. The Contractor shall provide in-depth analysis, research and technology issues facing the DoD and the U.S. Government focused on disaster relief in accordance with the Statement of Work. Estimated hours are to be based on twelves months performance period. CLIN 0002: Travel; Unit of Issue: 5 Each. Travel for this requirement should be in accordance with the Joint Travel Regulations (JTR) and be pre-approved by the Contracting Officer Representative. CLIN 1001: Imagery Services; Option Period I; Unit of Issue: 12 Months. The Contractor shall provide in-depth analysis, research and technology issues facing the DoD and the U.S. Government focused on disaster relief in accordance with the Statement of Work. Estimated hours are to be based on twelves months performance period. CLIN 1002: Travel; Option Period I; Unit of Issue: 5 Each. Travel for this requirement should be in accordance with the Joint Travel Regulations (JTR) and be pre-approved by the Contracting Officer Representative. Please see Statement of Work (SOW) for more information. All deliveries are FOB Destination. FAR 52.212.2, EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this combine synopsis/solicitation to the Lowest Price, Technically Acceptable Offeror: Past Performance: Offerors must demonstrate satisfactory past performance. Technical Requirement: Offers must meet the specifications as establish in the statement of work. a. Production Capabilities b. Project Management Plan / Quality Control c. Plan of Action and Statement of Understanding: Responsibility: Offerors must meet the standards for FAR 9.104. Price: Price determination will be based on the lowest technically price acceptable offer. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). EVALUATION APPROACH: Lowest price, technically acceptable Proposals must fully address all Technical Capabilities. Quotations must contain the contractor's Tax Information Number, Cage Code, and DUNS Number. Quotations must be received no later than (10 business days) September 16, 4:30 P.M. Local Virginia time. Quotations received after the date and time specified will not be considered. Quotations may be submitted as an attachment to an e-mail addressed to: carlos.vidro-martinez @dla.mil. The following FAR clauses to this solicitation as cited and detailed within RFQ SP4705-11-T-0045. Offerors may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/ The full text of the FAR and DFARS can be accessed on the Internet at http://farsite.hill.af.mil ATTACHMENT: Attachment A-Statement of Work (SOW) Attachment B- Solicitation SP4705-11-T-0045 Offerors may contact Carlos J. Vidro-Martinez or carlos.vidro-martinez @dla.mil for information regarding the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705/listing.html)
- Place of Performance
- Address: NATIONAL DEFENSE UNIVESITY (NDU), FORT MCNAIR-LINCOLN HALL SUITE 3600, FORT MCNAIR, District of Columbia, 20319, United States
- Zip Code: 20319
- Zip Code: 20319
- Record
- SN02558780-W 20110903/110902101739-37418d66130fedb0e5facde6a9b7a08f (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 |