Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2013 FBO #4282
SOLICITATION NOTICE

H -- ISO 9001:2008 Certifications - Statements of Work

Notice Date
8/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, OCSSS - NGA Facility/Enterprise Support, Attn: OCSSS Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238, United States
 
ZIP Code
63010-6238
 
Solicitation Number
28G83108AS01
 
Archive Date
9/6/2013
 
Point of Contact
Robin A Downey, Phone: 314-676-0205
 
E-Mail Address
robin.a.downey1@nga.mil
(robin.a.downey1@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
Maritime Statement of Work Aeronautical 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; quotes are being requested and a written solicitation will not be issued. This Request For Quote (RFQ) number 28G83108AS01 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-68 effective26 June 2013. The NAICS code for this RFQ is 541611. In order to be considered for this requirement, vendors must have an active registration in the System for Award Management (SAM), www.sam.gov. Registration MUST contain the appropriate NAICS code. The POC for this requirement is Mrs. Robin Downey at 314-676-0205 or Robin.A.Downey1@nga.mil. Please include with your response your cage code, DUNS number, and tax id number. Your reply is due NLT 12:00 p.m. (noon), CST, on THursday, 22 August 2013 via email or fax (314)676-3010. The National Geospatial-Intelligence Agency (NGA) intends to acquire the services of an International Organization for Standardization (ISO) Certification Body, to certify that two internal NGA offices, including all of their business activities, conforms to ISO 9001:2008 standards. The primary service is to provide a team of certified auditors to conduct assessments that determine the continued worthiness of the NGA offices to maintain their registration. NGA intends to award one or two contracts from this synopsis/solicitation. Separate Statements of Work (SOWs) are attached. Offerors may submit proposals on one or both SOWs, however, a separate proposal must be submitted for each SOW. Selection will be based upon the lowest priced, technically acceptable proposal received for each SOW. The RFQ is for a base year plus 3 one year options for each SOW. Proposals should address the following areas: 1. Vendor shall have a primary office located in the United States and the corporate headquarters shall be located with the United States, Australia, Canada, or the United Kingdom 2.a. The vendor shall be accredited by the American National Standards Institute-American Society for Quality (ASQ) ANSI-ASQ National Accreditation Board (ANAB). b. The vendor shall maintain the above accreditation during the period of performance c. The vendor shall have an accreditation record free of suspensions or withdrawals levied by the above listed accreditation body. 3. The vendor shall have current or prior experience working for United States Federal Government clients as a certification body. Federal contractors do not count as Federal Government clients. 4. a. The Lead Auditor to be assigned to the contract shall have a minimum of three years' experience as a certified lead auditor and be identified, by name, in the proposal. b. Each audit team member assigned to this contract shall have a minimum of one year experience as a certified auditor, and be identified, by name, in the proposal. 5. The vendor will provide a minimum of three client references and contact information that will be used to assess client satisfaction. 6. Audit experience for lead auditor and each team member: a. Geospatial data collection, analysis, and application b. Scientific environment or application c. Publication and dissemination of data on websites d. Knowledge of DoD and the Intelligence Community 7. Price-the base price and each option year must be priced separately and identify all included items covered in the price. For example, Auditors, Administration, Accreditation, Program Management, Recap, Travel, and Report Generation fees. CLAUSES INCLUDED: FAR 52.212-1, Instructions to Offerors-Commercial Items (Feb 2012) is applicable without addenda. FAR 52.212-2, Evaluation-Commercial Items (Jan 1999) is not applicable. Award will be based upon lowest cost for all items, including options in accordance with FAR 52-217-5, Evaluation of Options (Jul 1990) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2012) with Alternate I (Apr 2012), with their offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2013) is applicable without addenda. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2013) is applicable and includes the following: 52.222-50, Combating Trafficking in Persons (FEB 2009) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-28, Post Award Small Business Program Representations (Apr 2012) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Sep 2006) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/28G83108AS01/listing.html)
 
Place of Performance
Address: Springfield, VA, St. Louis, MO, Arnold, MO, United States
 
Record
SN03147886-W 20130815/130814000357-1fc3be3936fdcbcb5ddcf0a84f1a4990 (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.