Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2011 FBO #3673
SOLICITATION NOTICE

D -- National Rural Technology Summit Virtual Rural Conference - SOO

Notice Date
12/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of Education, Contracts & Acquisitions Management, Contracts (All ED Components), 550 12th Street, SW, 7th Floor, Washington, District of Columbia, 20202
 
ZIP Code
20202
 
Solicitation Number
ED-OCO-2011
 
Archive Date
1/4/2012
 
Point of Contact
Christopher Rosier, Phone: 202-245-6502, Gary L. Weaver, Phone: (202)245-6138
 
E-Mail Address
Chris.Rosier@ed.gov, Gary.Weaver@ed.gov
(Chris.Rosier@ed.gov, Gary.Weaver@ed.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Objectives Please be advised that funds are not presently available for this combined synopsis/solicitation. Therefore, the RFP and any resulting award is subject to the availability of funds. 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 synopsis/solicitation is issued as a Request for Proposal (RFP). Technical and price proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53 including amendments effective August 4, 2011.The Department of Education (ED) seeks a contractor with the requisite knowledge, skills, and experience to provide a virtual conference that will provide classroom teachers and educators with the opportunity to hear and watch presentations on topics of interest to rural students for the Office of Communications and Outreach, Rural Outreach office. Please see ATTACHMENT A, entitled, National Rural Technology Summit Virtual Rural Conference 2.0 Statement of Objectives (SOO) for details on the full requirement. 1.Source Selection In accordance with FAR Subpart 12.207, one Firm Fixed Price award will be made for the required commercial services. The basis for award will be Best Value, where the non-price factors of technical plan, past performance and organizational experience are more important than price. As the non-price factors become equal, price becomes more important. All responsible sources must submit technical and price proposals, that if timely received, shall be considered by ED. Technical and Price Proposals shall be submitted in accordance with the following instructions: A. Technical Volume: The Technical Volume shall be limited to 15 pages, single sided and double spaced with 11 or 12-point Arial or Times New Roman font. The Technical Volume shall be arranged in the following sections: 1.Cover Page. The cover page shall include the project title, name, and contact information of the Offeror's authorized official for contract administration, and the name and contact information for the Offeror's negotiators for the technical proposal. (Does not count towards page count) 2.Table of Contents. The Table of Contents should provide a clear guide to the organization of the proposal, including page number references. (Does not count towards page count) 3.Abstract. The abstract summary should provide the proposal's contents in language understandable to an informed layperson. It shall highlight salient features of the proposal including a description of the approach and plans toward satisfying the requirements of the Statement of Objectives (SOO). 4.Introduction. The Introduction should briefly provide an impression of the Offeror's general understanding of the tasks and approach to accomplishing them. 5.Technical Approach. This section shall include a performance work statement that identifies how the tasks set forth in the SOO will be accomplished. 6.Personnel Qualifications. This section shall explore the qualifications of each staff member assigned to this project including education, background, recent experience, and specific requirement related or technical accomplishments. Resumes do not count towards page count and may be included as an appendix, if deemed appropriate. This section shall include a personnel resource plan that outlines the name(s) of staff to be assigned to each task and the number of hours proposed for each staff member for each task. 7.Management and Communications Plan. This section shall include an overall management plan for the project that describes organizational resources and management controls to be employed to ensure the successful completion of each task. The communication plan will outline when and how communication will flow between the Offeror and the Department of Education personnel organizing the event. B. Business Volume: There is no page limitation to the Business Volume, however, shall be 11 or 12-point Arial or Times New Roman font and shall provide a complete cost build-up to include the identification of proposed labor categories by named individuals, level of effort, direct costs, other direct costs, and indirect costs. The costs shall be presented by objective. C. Past Performance Volume: The Past Performance Volume shall be limited to 5 pages, single sided with 11 or 12-point Arial or Times New Roman font. Offerors are instructed to identify no less than 3 but no more than 5 relevant customers that can provide insight into the declared past performance. The declared past performance must be similar in size, scope and complexity. "Relevant" is defined as any work that has been performed within the last 5 years. For each declared project/program, the offeror must identify the following: 1)Name of Customer 2)Point of Contact (Name of PM/CO, etc., Phone Number, Email Address, and Mailing Address) 3)Contract Name and Number 4)Period of Performance 5)Place of Performance 6)Dollar Value 7)Synopsis of the work performed 8)An explanation of how the work is similar in size scope and complexity 9)An explanation of any problems encountered and how the problems were overcome 10)An explanation of notable successes 2.Evaluation & Award: 52.212-2 Evaluation-Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Plan: Technical competence of the offeror. Quality, comprehensiveness and validity of the proposed procedures of the offeror to meet the specified requirements. Understanding the need, scope, and purpose of the project. Organization and management of how each of the tasks shall be conducted. Ability to communicate an understanding of the work needs as it aligns to the Offeror's products and services. Past Performance: Quality of product or service, timeliness of performance, cost control, business practices, customer satisfaction, and key personnel past performance. Experience in handling procurements with similar requirements and complexity. Organizational Experience: Technical competence of the offeror and relevant experience in administration of related or comparable activities. Technical, past performance, and organizational experience when combined, are more important when compared to price. (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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 3.Provisions and Clauses: The following provisions and clauses apply to this solicitation: 306-1a INVOICE AND CONTRACT FINANCING REQUESTS SUBMISSION (ALTERNATE I) (JAN 2007) (A) Payments shall be rendered in accordance with the payments clause(s) of the incorporated contract clause section and with those otherwise specified rated or fixed price amounts. (B) The contractor shall submit invoices electronically as an attachment to a message to OCFOCAMINVOICING@ED.GOV. The subject area of the message shall contain the invoice number, contract number, and contract specialist's name. The electronic copy of the invoice shall be in a format that is supported by Microsoft Office (Microsoft Word or Excel), or Adobe Acrobat (.pdf). Send a carbon copy to the Contract Specialist- chris.rosier@ed.gov. 306-8 CONTRACT ADMINISTRATOR (FEB 1985) The Contractor shall designate one individual to be contacted during the period of the contract for prompt contract administration. 305-4 PERIOD OF PERFORMANCE (MARCH 1986) The period of performance shall be from the date of award to 10 business days after the conference date, inclusive of all specified deliveries and/or task work. 301-10 PROVISION FOR PRICING AND PAYMENT (ALTERNATE I) (AUGUST 1985) The total fixed price of this contract is to be determined at time of award. Payment of that amount shall be made in accordance with the incorporated General Provision entitled "Payments" or "Payments under Fixed-Price Research and Development Contracts," whichever is applicable, and with any other supplementary payment scheme which may be otherwise negotiated and specified. 303-1 SHIPMENT AND MARKING (MARCH 1986) (a)The contract number shall be placed on or adjacent to all exterior mailing or shipping labels of deliverable items called for by the contract. (b) Ship deliverable items to: To be determined (c) Mark deliverables for: To be determined The following provisions and clauses are incorporated by reference and apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. 3452.201-70 Contracting Officer's Representative (COR) (May 2011) 3452.239-70 Internet Protocol Version 6 (May 2011) 3452.239-73 Federal Desktop Core Configuration (FDCC) Compatibility (May 2011) 3452.242-73 Accessibility of Meetings, Conferences, and Seminars to Persons with Disabilities (May 2011) 3452.224-70 Release of information under the Freedom of Information Act 3452.224-71 Notice about research activities involving human subjects 3452.239-71 Notice to offerors of Department security requirements 3452.239-72 Department security `requirements 52-212-1 Instructions to Offerors - Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions required Implementing Statutes or Executive Orders-Commercial Items 52.227-17 Rights in Data-Special Works. In accordance with 52.212-5, the following clauses are applicable to this requirement: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.219-8, Utilization of Small Business Concerns (May 2004) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246) 52.222-36, Affirmative Action for Workers with Disabilities 52.222-39, Notification of Employee Rights Concerning Payment of 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.232-33, Payment by Electronic Funds Transfer-Central This solicitation incorporates the abovementioned clauses/provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The full text may also be accessed electronically at these addresses: https://www.acquisition.gov/far/index.html and http://www2.ed.gov/policy/fund/reg/clibrary/edar.html SUBMISSION OF COMMENTS or QUESTIONS -- Electronic submission of comments or questions is 11:00 AM EST on December 15, 2011. Responses to this solicitation shall be submitted electronically to Chris Rosier chris.rosier@ed.gov with a carbon copy to Gary Weaver gary.weaver@ed.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/ED-OCO-2011/listing.html)
 
Place of Performance
Address: The contractor will be required to provide on-site and remote support at the Department facilities and/or the Smithsonian virtual conference center located in Washington, D.C., Washington, District of Columbia, 20202, United States
Zip Code: 20202
 
Record
SN02637812-W 20111215/111213233938-33bc7c6515fc3616894f34cb8b965cda (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.