Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2012 FBO #3913
MODIFICATION

D -- NETWORK SECURITY AND ARCHITECTURE ASSESSMENT SERVICES

Notice Date
8/9/2012
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
 
ZIP Code
00000
 
Solicitation Number
G12PS00474
 
Response Due
8/27/2012
 
Archive Date
9/26/2012
 
Point of Contact
Gail Walker
 
E-Mail Address
gwalker@usgs.gov
(gwalker@usgs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to correct language in the combined/synopsis solicitation regarding CLIN 00010 reads CLIN 00010 reference attachment 1 SOW A. 1. $______ per year device reviewed should read CLIN 00010 reference attachment 1 SOW A. 1. $______ per device reviewed. This will affect option year CLINS 00190, 00280, 00370. A final SOW without comments and Evaluation Criteria are attached. COMBINED SYNOPSIS/SOLICITATION Network Security and Architecture Assessment Services (I) 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. (II) This solicitation is issued as a request for proposal (RFP). Submit written proposals on RFP Number G12PS00474. This solicitation will utilize the policies contained in the Federal Acquisition Regulations (FAR) Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 15, Contracting by Negotiation, as appropriate for this acquisition. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. (IV) This solicitation is a total small business set-aside. The associated NAICS code is 541513. The small business size standard is $25.5 million. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s): Base Year Services, non-personal, to provide all plant, equipment, labor and materials (unless otherwise provided herein) necessary to provide consulting services for Network Security and Architecture Assessment Services in accordance with the attached Statement of Work. Period of Performance: December 4, 2012 through December 3, 2013. FIRM FIXED PRICE TASKS CLIN 00010 reference attachment 1 SOW A. 1. $_________ per device reviewed. CLIN 00020 reference attachment 1 SOW A. 2. $_________ per device configured. CLIN 00030 reference attachment 1 SOW A. 3. $_________ per year. CLIN 00040 reference attachment 1 SOW A. 4. $_________ per request to update. CLIN 00050 reference attachment 1 SOW A. 5. $_________ per year. CLIN 00060 reference attachment 1 SOW A. 6. $_________ per year. LABOR HOUR BASIS CLIN 00070 reference attachment 1 SOW B. 1. $_______ per hour. CLIN 00080 reference attachment 1 SOW B. 2. $_______ per hour. CLIN 00090 reference attachment 1 SOW B. 3. $_______ per hour. Option Year One Services, non-personal, to provide all plant, equipment, labor and materials (unless otherwise provided herein) necessary to provide consulting services for Network Security and Architecture Assessment Services in accordance with the attached Statement of Work. Period of Performance: December 4, 2013 through December 3, 2014. FIRM FIXED PRICE CLIN 00100 reference attachment 1 SOW A. 1. $_________ per device reviewed. CLIN 00110 reference attachment 1 SOW A. 2. $_________ per device configured. CLIN 00120 reference attachment 1 SOW A. 3. $_________ per year. CLIN 00130 reference attachment 1 SOW A. 4. $_________ per request to update. CLIN 00140 reference attachment 1 SOW A. 5. $_________ per year. CLIN 00150 reference attachment 1 SOW A. 6. $_________ per year. LABOR HOUR BASIS CLIN 00160 reference attachment 1 SOW B. 1. $_______ per hour. CLIN 00170 reference attachment 1 SOW B. 2. $_______ per hour. CLIN 00180 reference attachment 1 SOW B. 3. $_______ per hour. Option Year Two Services, non-personal, to provide all plant, equipment, labor and materials (unless otherwise provided herein) necessary to provide consulting services for Network Security and Architecture Assessment Services in accordance with the attached Statement of Work. Period of Performance: December 4, 2014 through December 3, 2015. FIRM FIXED PRICE CLIN 00190 reference attachment 1 SOW A. 1. $_________ per device reviewed. CLIN 00200 reference attachment 1 SOW A. 2. $_________ per year device configured. CLIN 00210 reference attachment 1 SOW A. 3. $_________ per year. CLIN 00220 reference attachment 1 SOW A. 4. $_________ per year request to update. CLIN 00230 reference attachment 1 SOW A. 5. $_________ per year. CLIN 00240 reference attachment 1 SOW A. 6. $_________ per year. LABOR HOUR BASIS CLIN 00250 reference attachment 1 SOW B. 1. $_______ per hour. CLIN 00260 reference attachment 1 SOW B. 2. $_______ per hour. CLIN 00270 reference attachment 1 SOW B. 3. $_______ per hour. Option Year Three Services, non-personal, to provide all plant, equipment, labor and materials (unless otherwise provided herein) necessary to provide consulting services for Network Security and Architecture Assessment Services in accordance with the attached Statement of Work. Period of Performance: December 4, 2015 through December 3, 2016. FIRM FIXED PRICE CLIN 00280 reference attachment 1 SOW A. 1. $_________per device reviewed. CLIN 00290 reference attachment 1 SOW A. 2. $_________per year device configured. CLIN 00300 reference attachment 1 SOW A. 3. $_________per year. CLIN 00310 reference attachment 1 SOW A. 4. $_________ per year request to update. CLIN 00320 reference attachment 1 SOW A. 5. $_________ per year. CLIN 00330 reference attachment 1 SOW A. 6. $_________ per year. LABOR HOUR BASIS CLIN 00340 reference attachment 1 SOW B. 1. $_______ per hour. CLIN 00350 reference attachment 1 SOW B. 2. $_______ per hour. CLIN 00360 reference attachment 1 SOW B. 3. $_______ per hour. Option Year Four Services, non-personal, to provide all plant, equipment, labor and materials (unless otherwise provided herein) necessary to provide consulting services for Network Security and Architecture Assessment Services in accordance with the attached Statement of Work. Period of Performance: December 4, 2016 through December 3, 2017. FIRM FIXED PRICE CLIN 00370 reference attachment 1 SOW A. 1. $_________ per device reviewed. CLIN 00380 reference attachment 1 SOW A. 2. $_________ per year device configured. CLIN 00390 reference attachment 1 SOW A. 3. $_________ per year. CLIN 00400 reference attachment 1 SOW A. 4. $_________ per year request to update. CLIN 00410 reference attachment 1 SOW A. 5. $_________ per year. CLIN 00420 reference attachment 1 SOW A. 6. $_________ per year. LABOR HOUR BASIS CLIN 00430 reference attachment 1 SOW B. 1. $_______ per hour. CLIN 00440 reference attachment 1 SOW B. 2. $_______ per hour. CLIN 00450 reference attachment 1 SOW B. 3. $_______ per hour. (VI) Refer to the attached Statement of Work. (Attachment 1) (VII) Period of Performance, including all option periods is December 4, 2012 through December 3, 2017. Place of Performance: Contractors Location. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. In addition to written price quotes, offerors are instructed to provide past performance references as stated in paragraph (10) of the referenced clause. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), of the referenced clause, and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed in Attachment 4. (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 options. In determining which proposal offers the greatest value or advantage to the Government, overall technical merit will be more important than evaluated price. Price will become the determining factor between proposals judged to be essentially equal in technical merit. PPIRS.gov will be used as a source of past performance information in the source selection process, in addition to any other past performance information acquired both inside and outside the government. (X) The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2008), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). (6) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (12)(i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). (17) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child LaborCooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (34) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (38) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (42) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (47) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a) The following clauses under subparagraph (c) apply: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(s): http://www.acquisition.gov/far/http://www.doi.gov/pam/aindex.html The clauses are incorporated by reference, and their terms and conditions apply: 52.202-1 Definitions (Jan 2012) 52.203-3 Gratuities (Apr 1984) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-7 Central Contractor Registration (Apr 2008) 52.223-6 Drug-Free Workplace (May 2001) 52.227-1 Authorization and Consent (Dec 2007) 52.227-17 Rights in Data -- Special Works (Dec 2007) 52.229-3 Federal, State, and Local Taxes (Apr 2003) 52.233-1 Disputes (July 2002) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.242-13 Bankruptcy (Jul 1995) 52.245-1 Government Property (Apr 2012) 52.245-9 Use and Charges (Apr 2012) 1452.203-70 Restriction on Endorsements--Department of the Interior (July 1996) 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Oct 2010) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (May 2011) 52.209-7 Information Regarding Responsibility Matters (Feb 2012) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance (Apr 1984) 52.222-38 Compliance With Veterans Employment Reporting Requirements (Sep 2010) 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to IranRepresentation and Certification (Nov 2011) 52.233-2 Service of Protest (Sep 2006) GS1440 Wage Determination Applicable. (JUL 2001) In the performance of this contract, the contractor shall comply with the requirements of U.S. Department of Labor Wage Determination Number 2005-208 1Revision No.: 12, dated 06/13/2012. The wage determination is incorporated into this contract as Attachment 2. Refer to Attachment 3 for all additional applicable clauses. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) The Government intends to award a firm-fixed-price type order resulting from this solicitation. Proposals are required to be received no later than 3:00 P.M. MST/MDT on August 27, 2012. Only electronic quotes will be accepted. Proposals can be summated through FedConnect (https://www.fedconnect.net/FedConnect/) or may be emailed to gwalker@usgs.gov. Offeror shall submit both a technical and cost proposal. Your proposal should be straightforward and free of extraneous information limited to 20 pages. Technical proposals will be evaluated without reference to proposed prices/costs. Therefore, no references to price or cost may be included in your technical proposal. If helpful, technical proposals should include information on staffing levels and/or estimated levels of effort, but such data should not include dollar rates or costs. (XVI) Questions relating to this Solicitation shall be presented by e-mail to gwalker@usgs.gov not later than close of business 3:00 p.m. MST on August 20, 2012. The Government will evaluate the questions, and if needed, an Amendment will be issued. If further questions arise following the outcome of answers provided to initial questions, the Contracting Officer has sole discretion to determine if a new question closing date will be required. If a new question closing date is approved, an amendment will be posted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G12PS00474/listing.html)
 
Place of Performance
Address: USGS Geologic Hazards TeamMS 966DenverCO80225US
Zip Code: 80225
 
Record
SN02833950-W 20120811/120810002006-3937d9fcfc65de5981f68389f376d88b (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.