Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2012 FBO #3934
SOLICITATION NOTICE

D -- Kuali Rice Support - Relevant Documents

Notice Date
8/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, TRICARE Management Activity, USUHS CONTRACTING OFFICE, 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HT9404-12-Q-0660
 
Archive Date
9/30/2012
 
Point of Contact
Melissa Marcellus, Phone: 301-295-3962
 
E-Mail Address
Melissa.Marcellus@usuhs.edu
(Melissa.Marcellus@usuhs.edu)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR Provision 52.212-3 Offeror Representations and Certifications - This document does not need to be filled out if this information is already in the System for Award Management (SAM). Provisions & Clauses Statement of Work The Uniformed Services University of the Health Sciences (USUHS) located on the Walter Reed National Military Medical Center in Bethesda, MD is an accredited University that provides undergraduate medical and graduate education to military and civilian students pursuing MD, PhD, DNP and masters' degrees. Approximately 450 faculty educate 1,200 students on a 12-month academic schedule. USUHS has a requirement for support for the implementation of Kuali Rice systems in accordance with the attached Statement of Work (SOW). Additional information regarding USUHS and its mission can be found at: www.usuhs.mil. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This request for quotation (RFQ) for commercial items is in accordance with FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. It will be the responsibility of the offeror to check the website http://www.fbo.gov for the issuance of any amendments to the solicitation. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-60 (effective 27 August 2012) and Defense Federal Acquisition Regulations Supplement (DFARS) Publication Notice 20120724 (effective 24 July 2012). This solicitation is set aside for small businesses under the applicable North American Industry Classification System Code (NAICS) 541519 - Other Computer Related Services, which has a Small Business Administration (SBA) small business size standard of $25.5 million. All responsible sources may submit a quote, which will be considered by USUHS. In order to be eligible for award of this purchase order, offerors must either be registered with the System for Awards Management (SAM) located at https://www.sam.gov/portal/public/SAM/, with completed representations and certifications, or for those offerors not registered in SAM, FAR Provision 52.212-3 Offeror Representations and Certifications - Commercial Items must be submitted with the quote package. Offerors not registered in SAM or who do not submit a completed copy of FAR Provision 52.212-3 will not be eligible for award. See attached for the full-text version of FAR Provision 52.212-3. Offerors responding to this requirement must provide pricing for the following CLINs: 0001Kuali Rice Ad-Hoc Support (Base Year) (LH, 500hrs est.) Unit Price: $_______ Total Price: $__________ 1001Kuali Rice Ad-hoc Support (Option Year I) (LH, 122.5hrs est.) Unit Price: $_______ Total Price: $__________ 2001Kuali Rice Ad-hoc Support (Option Year II) (LH, 122.5hrs est.) Unit Price: $_______ Total Price: $__________ The Government intends to award a single labor hour (LH) purchase order to the offeror representing the best value to the Government based upon the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the highest technically rated offeror. The Government reserves the right to award without discussions. Evaluation Factors (Listed in order of importance) : 1. Technical Approach - Offerors are required to submit their technical approach to meeting the requirements outlined in the attached Statement of Work (SOW). Offerors must display a clear understanding of the requirement. Quotes submitted by offerors who fail to demonstrate a clear understanding of the requirement will not be considered further. Quotes submitted by offerors that include the following statement, or similar, without any supporting information, may be determined to not have a clear understanding of the requirement and may not be considered: " The offeror understands the requirements and the submitted quote has met all stated objectives." 2. Corporate Experience - Offerors are required to provide a narrative of their corporate experience in providing Kuali Rice support as well as curriculum vitae of any proposed individuals who will be performing the work. 3. Past Performance - The Government shall evaluate the offeror's present and past performance on similar tasks within the past three (3) years. Offerors must provide two (2) customer references for similar work performed. The Government reserves the right to select which reference(s) to contact. The following must be provided for each listed reference: a.Name of client and address b.Name of current point of contact including telephone number, e-mail address and title c.Contract number d.Contract value e.Contract period of performance f.A clear description of the supplies/services provided USU may request additional information at any time. Offerors will have an opportunity to address any adverse past performance history. Offerors who do not have any past performance history will not be rated favorably or unfavorably, but will instead receive a Neutral/Unknown rating for past performance. Offerors must clearly state in their quote if they do not have at least two (2) past performance references. Failure to provide this information may render an offeror's quote non-responsive and may not be considered for award. A strong history of relevant past performance may be more advantageous to the Government than a less relevant record of favorable performance. The Government reserves the right to use data provided by the offeror and data provided by alternative sources in conducting its assessment of past performance history. 4. Price - Interested offerors are to provide the loaded hourly bill rate for the number of hours estimated for each CLIN. See attached for applicable provisions and clauses for this requirement. Questions/clarifications regarding this solicitation must be submitted via email to melissa.marcellus@usuhs.edu by 3:30pm on 5 September 2012. Any question received after 5 September 2012 will not be answered. Questions will not be answered over the phone nor will questions submitted via any means other than email be answered. All questions will be answered in an amendment to the solicitation posted on or around 7 September 2012. Quote packages are due by 10:00pm EST on Monday, 10 September 2012. Quotes must be submitted via email to melissa.marcellus@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: •Company Name •Point of Contact, to include email and phone number •DUNS number •Statement that includes acknowledgment of latest amendment number Attachments : Statement of Work Provisions and Clauses FAR Provision 52.212-3
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4f1d42d072a2dec93088c148123f319d)
 
Place of Performance
Address: Uniformed Services University of the Health Sciences, 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN02862546-W 20120901/120831000755-4f1d42d072a2dec93088c148123f319d (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.