Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2012 FBO #3892
SOLICITATION NOTICE

A -- Army Warfighting Study Support for CTNSP - Statement of Work

Notice Date
7/19/2012
 
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
SP4705-12-R-011
 
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 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. This combined synopsis/solicitation SP4705-12-R-0011 is issued as a request for proposal (RFP) and written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59, DFARS Change Notice 20120629. This solicitation is 100 % set aside for Total Small Business. The NAICS code assigned to this acquisition is 541990 and small business size standard is $14,000,000.00. NOTE: Offerors will be required to have this NAICS Code listed in their ORCA Certification. All offers must be in the English language and in U.S. dollars. Award will be made as a firm fixed price contract. The purpose of this requirement is to provide research services for Center for Technology and National Security Policy (CTNSP) in support of operational and technical requirements. See the attached for additional information. All deliveries are FOB Destination. Interested parties shall quote on the following CLINs as identified in the attached solicitation: CLIN 0001: Research Services, CLIN 0002: Travel The period of performance for this requirement is a period of 12 months after award. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.204-7, "Central Contractor Registration." FAR 52.212-1, "Instructions to Offerors--Commercial Items." FAR 52.212-2, "Evaluation-Commercial Items" (Jan 1999): (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: i. Technical Requirement: Offers must meet the specifications as establish in the in SOW. ii. Price: Price determination will be based on the lowest price technically acceptable offer. (b) 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. (End of provision) EVALUATION FACTORS AND BASIS FOR AWARD Basis for Award The basis of award of this RFQ is lowest price, technically acceptable (LPTA). Quotes will be rated on two non-price evaluation factors using the evaluation criteria as established in the Section below. VOLUME ONE - EVALUATION FACTORS NOTE: Volume 1 shall not contain any reference to pricing. The technical proposal section is comprised of factors relating to the offeror's ability to perform. Offerors are highly encouraged to review the Statement of Work (SOW), prior to preparing a technical proposal. Offerors shall prepare and compile the information listed under each factor below and clearly label the response to each factor. a. FACTORS i. Technical Requirements ii. Price i. TECHNICAL REQUIREMENTS (Pages 5 and 6) The quality of each contractor's quote is an example of their ability to perform and may be considered in the evaluation of their proposal. Technical Requirements are the primary determining factors of an offeror's ability to perform. Offerors shall describe how they meet or plan to meet all mandatory requirements in the respective Statement of Work (SOW) and contract clauses. The Government will review proposals to determine whether or not an offeror has adequately demonstrated an ability to meet or exceed the Government's requirements on Section 3 of the SOW. For each technical requirement task, offers demonstrating an ability to perform will at a minimum be determined "acceptable" for that requirement task. Depending on each contractor's capability, they may be determined to be outside the realm of acceptability and not provided an opportunity to revise their quote if discussions become necessary. ii. PRICE Price Evaluation is to be performed by the Contract Specialist and Contracting Officer. Vendors are required to submit price quotes in accordance with the proposed CLINs structure. Vendors are to provide firm-fixed pricing for each of the CLIN's as well as a total price for the entire effort. Travel cost cannot exceed $12,800. Travel is going to be considered in the price evaluation. Each offeror's proposed price will be evaluated for reasonableness. The Government currently intends to award a contract with a period of performance of 12 months. It is the Government's intention to award without negotiating, under a lowest price, technically acceptable (LPTA) evaluation approach. FAR 52.212-3, "Offeror Representations and Certification--Commercial Items." FAR 52.212-4, "Contract Terms and Conditions--Commercial Items." FAR 52.212-5, "Contract Term Conditions Required to Implement Statutes or Executive Orders--Commercial Items." FAR 52.217-8, "Option to Extend Services." FAR 52.217-9, "Option to Extend the Term of the Contract." FAR 52.227-14, "Rights in Data-General." FAR 52.232-17, "Interest." FAR 52.233-1, "Disputes." FAR 52.233-2, "Service of Protest." FAR 52.233-3, "Protest After Award." FAR 52.237-3, "Continuity of Services." FAR 52.242-13, "Bankruptcy." FAR 52.242-15, "Stop--Work Order." FAR 52.246-4, "Inspection of Services--Fixed Price." FAR 247-34, "FOB Destination." DFARS 252.204-7004 ALT A, "Required Central Contractor Registration Alternate A." DFARS 252.212-7001 (Dev), Contract Terms and Conditions. PAYMENT: Per FAR 52.232-33 "Payment by Electronic Funds Transfer-Central Contractor Registration." FAR 252.262-7003, "Electronic Submission and Processing of Payment Requests and Receiving Reports." Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractor must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov Proposals must fully address all Technical Requirements. Quotations must contain the contractor's Name, Tax Information Number, Cage Code, DUNS Number, and Telephone Number. Quotations must be received no later than July 30, 2012 3:00 PM. Local Eastern 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-12-R-011/listing.html)
 
Place of Performance
Address: National Defense University, Fort McNair-Lincoln Hall Suite 3600, Fport Monair, District of Columbia, 20319, United States
Zip Code: 20319
 
Record
SN02808367-W 20120721/120719235825-2ee463c061b2eb232fec9280fd10d695 (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.