Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
MODIFICATION

R -- Small Business Administration Electronic Mail Archiving Consultant

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Small Business Administration, Office of Chief Finanical Officer- Aquisition Division, SBA Contracting, 409 Third Street, S.W., Washington, District of Columbia, 20416, United States
 
ZIP Code
20416
 
Solicitation Number
SBAHQ-12-Q-0058
 
Archive Date
9/21/2012
 
Point of Contact
Melissa Capitani,
 
E-Mail Address
melissa.capitani@sba.gov
(melissa.capitani@sba.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 0002 hereby indefinitely postpones the date and time for receipt of quotations as a result of numerous technical questions received. If responses to technical questions are received from the customer by noon mountain time Thursday, September 6th, 2012 this combined synopsis/solicitation will be amended again with the questions and answers to each. If SBA customer response is not received by that time, this combined synopsis/solicitation will be cancelled. AMENDMENT 0001 removes the requirement that offerors must be a Symantec Gold Partner and is replaced with the requirement that offerors must be a Register Symantec Partner. All other portions of the combined synopsis/solicitation remain unchanged, to include the quote due date of September 6, 2012 at 2:00 pm mountain time. Please acknowledge this amendment with your quote. This acquisition is set aside for 100% Small Business Participation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.5, 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. Award against this requirement will be in the form of a purchase order in accordance with FAR Part 12. The NAICS is 541512 and the Small Business Size Standard is $25.5 million. IDENTIFICATION The US Small Business Administration (SBA), Office of Chief Information Officer (OCIO), Washington, DC requires contractor consultant services to provide an electronic mail journaling solution to the SBA using the Symantec Enterprise Vault application currently owned by the Agency. The required contractor personnel must have the qualifications and background necessary and required by the attached Performance Work Statement (PWS). The contract must be a Symantec Gold Partner. This purchase order will be for non-personal services, as required by the Federal Acquisition Regulation (FAR). Please refer to the attached Pricing Sheet; Performance Work Statement; Quality Assurance Surveillance Plan; and provisions and clauses for further details. MANDATORY REQUIREMENTS 1. Offerors must be a Registered Symantec Partner to be considered for award. This is a "go/no go" requirement. Proof of partnership is required to accompany the proposal and for the offeror to be considered responsive. 2. Offerors are required to submit a two part proposal consisting of 1) proof of partnership, resumes; past performance; and a proposed quality control plan; and 2) a price proposal to be completed using the attached pricing sheets, complete with ORCA. Please refer to FAR 52.212-2, "Evaluation - Commercial Items" for specific requirements. Two complete sets shall be submitted, an original and one copy to the address listed below. 3. In accordance with FAR Parts 1, 2, 4, 13, 32, and 52, effective October 1, 2003 Contractors must be registered in the Central Contraction Registry (CCR) database prior to award of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement. No award will be made to any offeror not registered in CCR. 4. All offerors must be registered in and have completed certification in the Online Representations and Certification Application (ORCA). No award will be made to any offeror not registered in ORCA. PAYMENT/BILLING 1. Payment shall be made at the end of the performance period upon receipt of an acceptable services and invoice, which is submitted to the SBA electronically. 2. Payments shall be made in accordance with agreement terms and conditions. PROPOSAL SUBMISSION 1. The first portion of the proposal shall consist of the completed pricing sheet attached hereto, along with a completed copy of FAR 52.212-3, "Offeror Representations and Certifications - Commercial Items (Apr 2012)" found attached to this announcement, or a copy of certifications and representations from ORCA. 2. In accordance with FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) attached to this announcement, the second portion of the proposal shall consist of proof of partnership, past performance, resumes, and a proposed quality control plan. i) Official documentation that verifies the offeror is a Symantec Gold Partner. ii) Past performance shall consist of a narrative describing in detail, services of the same nature provided within the last five years. The narrative should be descriptive enough to confirm the level of expertise required to satisfy contractual requirements; the size and complexity of the services offered, the total dollar amount of the contract; and a customer point of contact. Two examples of past performance are required. iii) Resumes shall be of any and all candidates anticipated to be nominated for selection upon receipt of a valid order for services. iv) A proposed Quality Control Plan (QCP) to ensure the requirements of the acquisition are met as specified. The proposal shall be submitted in two volumes as identified above. There is no page limitation to the proposal. Two paper sets of the two volume proposal, an original so marked and one copy are required. PROPOSAL EVALUATION 1. Initial Evaluation of Proposals The Government reserves the right to make award without discussion based solely upon initial proposals. Therefore, offerors should ensure that their initial proposal constitutes their best offer in terms of both price and the technical/past performance/resumes/proof of partnership/qualitycontrol plan. If required, the Contracting Officer may establish a competitive range comprised of the technically acceptable proposals. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition amongst the most highly rated proposals. Only those offerors in the competitive range will be offered an opportunity to participate further in the procurement. 2. Discussions/Final Proposal Revisions (if appropriate/necessary) The Contracting Officer will engage in discussions with all offerors in the competitive range in accordance with FAR 15.306. At the conclusion of the discussions, a final common cut-off date which allows a reasonable opportunity for submission of written final proposal revisions will be established. Those offerors selected to remain in the competitive range will be notified to submit Final Proposal Revisions. 3. Final Evaluation of Offers (if appropriate) A final proposal evaluation will be performed after receipt of Final Proposal Revisions. Past Performance Past Performance will be evaluated paying particular attention to: i) The relevance of the services provided to include performing as a Symantac Gold Partner, type of customer (Federal Government or private industry), and length of contract. ii) The offeror's ability to provide efficient, effective services in a timely manner. iii) The offeror's ability to provide qualified staff which will successfully pass all required background investigations, to include stringent financial qualifications. Past performance information will be used to assure best value to the Government. The Government will focus on information that demonstrates a proven track record, quality of performance relative to the size and complexity of the procurement under consideration. Performance by the offeror and its subcontractor(s) as it relates to project requirements, including the quality of services, personnel management, effectiveness of cost management/control, timeliness of performance, customer satisfaction, and accurate invoicing will be evaluated. The Government may also consider other information available, including personal knowledge. The dates of the prior performance and the relevance of the work performed shall be considered. The Government may contact references provided. References other than those identified by the offeror may be contacted by the Government with the information received and used in the evaluation. Resumes Resumes will be evaluated paying particular attention to: i) Qualifications as required by the PWS. ii) Past and/or present obtained security clearances. Those offerors who can provide candidates which presently possess active clearances will be ranked higher. iii) Qualifications of proposed consultant. Quality Control Plan The offeror's Quality Control Plan will be evaluated to determine if the document describes the anticipated inspection system for the requested services listed in the PWS and QASP. The plan must identify, prevent, and ensure non-recurrence of defective services. Price The contractor will be selected upon a determination of the lowest priced, technically acceptable offeror. Before the offeror'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. Proposed loaded hourly rates shall be evaluated against market research, and past similar requirements, to determine realism and reasonableness. QUOTATION SUBMISSION Please contact Contracting Officer Melissa Capitani at melissa.capitani@sba.gov with any questions. Please note all questions must be submitted in writing. E-mail message is acceptable. All offers must be received by 2:00 pm Mountain Standard Time on Thursday, September 6, 2012 at: US Small Business Administration, 721 19th Street, Suite 234, Attn: Melissa Capitani, Denver, CO 80202. CLAUSES/PROVISIONS Full text of clauses and provisions are available at http:www.acquisition.gov The provisions at FAR 52.212-1, Instructions to Offerors - Commercial; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (NOTE: Offerors MUST submit completed copy with their offer or a copy of their ORCA); FAR 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items all apply to this acquisition. Please pay particular attention to FAR 52.204-9 Personal Identity Verification of Contractor Personnel and the unique SBA security requirements which apply to this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SBA/OOA/OPGM/SBAHQ-12-Q-0058/listing.html)
 
Place of Performance
Address: Small Business Administration Headquarters Facility, 409 3rd Street, SW, Washington, District of Columbia, 20416, United States
Zip Code: 20416
 
Record
SN02866271-W 20120906/120905000032-0cb5ecb4c3cd77af2414fd026d0afba8 (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.