Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
SOLICITATION NOTICE

70 -- SENSAGE STANDARD SUPPORT AND MAINTENANCE - STATEMENT OF WORK

Notice Date
9/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related 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
SP4705-11-T-0068
 
Point of Contact
Antoinette J. Gregg, Phone: 7037671189, Sara West, Phone: 703-767-1310
 
E-Mail Address
Antoinette.Gregg@dla.mil, sara.west@dla.mil
(Antoinette.Gregg@dla.mil, sara.west@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK COMBINED SYNOPSIS/SOLICITATION 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 and a written solicitation will not be issued. This is a Request for Proposal (RFP) and the solicitation number is SP4705-11-T-0068. No formal solicitation will be issued. Review the attached Statement of Work for more details. This solicitation is issued as 100% small business set aside. The NAIC code is 541519 and the size standard is $25,000,000.00. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-48 effective 04AUG 2011, Defense Federal Acquisition Regulation Supplement (DFARS), and Defense Logistics Acquisition Directive (DLAD) current to Revision 5. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil. The DLA Contracting Services Office intends to procure acquisition on behalf of the National Defense University (NDU) to provide Sensage Security and Log Management solutions support services for National Defense University (NDU) located in Washington, D.C. Contract Line items: 0001 -Event Data Warehouse 0004 Core 1 each 0002- Standard Support and maintenance 12 months 0003- Intermediate Quickstart Package 1 each Description of Requirements: The contractor shall be directly responsible for ensuring the accuracy, timeliness, and completion of all tasks under this effort. Date (s) and place (s) of delivery and FOB Point: 0001 - 0003 N/A NATIONAL DEFENSE UNIVERSITY (NDU) Washington, DC 20319 FOB: Destination Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and addendum 52.212-1 ADDENDUM - INSTRUCTIONS TO OFFERORS - - COMMERCIAL ITEMS (JUN 2008)(b)(2) Proposal shall be received no later than September 27,2011 12:00 PM (Eastern Standard Time). Email responses will be accepted along with hard copies delivered. Offers shall provide hard copies of their proposal. Advance copies of the response will be accepted. Note: All responses must include the solicitation number on the cover page. Submit all proposals via email and/or hand carry to Sara West or Antoinette J. Gregg, 8725 John J. Kingman Road, Suite 1145, Fort Belvoir, VA. 22060. (b) (12) Submit one (1) original copy of the technical proposal and one (1) copy of the technical proposal. Within the copy, remove all mention of the contractor's name. Email sara.west@dla.mil or antoinette.gregg@dla.mil. (4) Technical Proposal: Provide a written narrative that describes your technical qualifications and addresses your ability to meet the requirements set forth in the Performance Work Statement. Proof of any certifications mentioned within the resume must be included in the technical proposal for the person being proposed to perform the required services. (8) Certifications and Representations. FAR clause 52.212-3, Alt I: complete applicable fill-ins. (10) Past Performance: Offers shall include the resume of the person(s) proposed to provide the required services as within the Performance Work Statement. Resume(s) shall describe the proposed personnel's credentials. Offeror must provide past performance reference for the same or similar services provided. For past performance references provide the current points of contact information, identify any government contract number, type of services provided, a description of the services provided, and number of years services provided. (m) Questions and/or requests for information concerning this solicitation should be submitted in writing via email, within one day of the issuance date of this solicitation, to Antoinette J. Gregg, at email address: antoinette.gregg@dla.mil.(End of Provision);52.212-2 Evaluation-Commercial Items (JAN 1999) LOWEST PRICE TECHNICALLY ACCEPTABLE EVALUATION The contract resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. If applicable, offers must also meet the requirements of FAR 52.211-6 Brand Name or Equal. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price. (3)Delivery: Offerors must meet the required delivery date. or if POP: Offerors must be able to start performance on the required period of performance.(4)Responsibility: Offerors must meet the standard for FAR 9.104.; 52.212-3 Offeror Representations and Certification-Commercial Items (AUG 2009);52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2010); 52.219-28 Post-award Small Business Program Rerepresentation APR 2009; 52.232-17 Interest OCT 2008;52.242-13 Bankruptcy (JUL 1995); 52.242-15 Stop-Work Order (AUG 1989); 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009); 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution DLAD (AUG 2004). The resulting contract will be firm-fixed price. The period of performance will be for one twelve (12) month period. The Government will make award to the responsible offeror who has the lowest price and is technically acceptable. Offerors must be submitted via one of the following methods by 12:00 AM ET, September 27, 2011: Attn: Sara West or Antoinette Gregg or Mail to : DLA Contracting Services Office, ATTN: Antoinette J. Gregg, 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA 22060. To be eligible for award of a Government contract, contractors must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet @www.ccr.gov. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor the FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-11-T-0068/listing.html)
 
Place of Performance
Address: 300 5th Avenue Bldg. 62, Room 210C, Washington, District of Columbia, 20319, United States
Zip Code: 20319
 
Record
SN02590564-W 20110925/110924000033-37ba0e427ee3d12365b8cecdb8ab7a7b (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.