Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2013 FBO #4312
SOLICITATION NOTICE

U -- Development of GED 2014 Curriculum - Package #1

Notice Date
9/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Justice, Bureau of Prisons, Central Office Business Office, 320 First Street, NW, Room 5006, Washington, District of Columbia, 20534, United States
 
ZIP Code
20534
 
Solicitation Number
RFQ-P0700NAS-13-0294
 
Archive Date
3/11/2014
 
Point of Contact
Ronda J. Morrow, Phone: 2026166150
 
E-Mail Address
rmorrow@bop.gov
(rmorrow@bop.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment IV - Subcontracting Plan Attachment III - Bank Letter Attachment II - Business Management Questionnaire Attachment I - Statement of Work The Federal Bureau of Prisons (BOP) has a requirement for General Educational Development (GED) 2014 Curriculum, Staff Training and Testing Supplies and Services contract for inmates in the custody of the BOP. The contractor(s) will be responsible for providing GED 2014 Curriculum along with the associated BOP Teacher Training, Drill and Practice Sets for Computer Skills, Tutorial, and provide On-going Updates. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation is being issued as Request for Quotation (RFQ) RFQ-P0700NAS-13-0294. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. The North American Industry Classification System Code (NAICS) is 611710 which has a size standard of $14.0 million. This solicitation is not a small business set-aside. The Statement of Work (SOW) - Attachment I provides further descriptions of the required items. However, a general description is provided below. National Acquisition & Systems Section, Washington, DC, intends to make multiple firm-fixed price awards. However, a single award may be made if it represents the best value to the government. The contractor shall commence full performance of services under this contract upon award of the contract, which is anticipated on or about September 27, 2013. In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for supplies and services under this contract is at the destination. CLIN: 0001 Quantity: 1 Unit: EA Component 1 (Develop curriculum requirements to include books and/or LAN version based on new GED tests in English and Spanish): Development of GED 2014 Curriculum to Address New Competencies and all Subtests in English and Spanish CLIN: 0002 Quantity: 1 Unit: EA Component 2 (Provide training for staff on standardized GED curriculum): Train BOP Staff on the GED 2014 Curriculum CLIN: 0003 Quantity: 1 Unit: EA Component 3 (Develop drill and practice for computer skills needed to take and pass the GED tests in English and Spanish): Develop Drill and Practice for Computer Skills needed for the New GED Tests in English and Spanish CLIN: 0004 Quantity: 1 Unit: EA Component 4 (Develop tutorial for the electronic TI-30XS calculator in English and Spanish): Develop a Tutorial for the TI-30XS Calculator Skills needed for the New GED Tests in English and Spanish The Period of Performance for each of the four components is as follows: Component 1 (Curriculum Development and Delivery): December 31, 2013 Component 2 (BOP Teacher Training): March 31, 2014 Component 3 (Drill and Practice): December 31, 2013 Component 4 (Calculator Tutorial): December 31, 2013 CONTRACT CLAUSES: ADDENDUM TO FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012) The terms and conditions for the following clauses are hereby incorporated into this solicitation and resulting contract as an addendum to FAR Clause 52.212-4 (JUL 2013). 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(es): www.acquisition.gov/far Upon request the contracting officer shall provide the full text of any clause incorporated by reference. 52.203-3 Gratuities (Apr 1984) 52.204-4, Printed or Copied Double-Sided on Post Consumer Fiber Content Paper (MAY 2011); 52.212-4, Contract Terms and Conditions-Commercial Items (JUL 2013); 52.227-14, Rights in Data - General (DEC 2007); 52.242-13, Bankruptcy (JUL 1995); The following clauses although incorporated by reference into the solicitation will be incorporated into a resultant contract in full text with applicable fill-in information as noted: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2013) (b) (1) 52.203-6; (4) 52.204-10; (6) 52.209-6; (7) 52.209-9; (14) 52.219-8; (15)(i) 52.219-9; (18) 52.219-16; (23) 52.219-28; (26) 52.222-3; (27) 52.222-19; (28) 52.222-21; (29) 52.222-26; (30) 52.222-35; (31) 52.222-36; (32) 52.222-37; (33) 52.222-40; (38) 52.223-18; (41) 52.225-5 (42) 52.225-13; (48) 52.232-33; (50) 52.239-1. 52.24-403-70 Notice of Contractor Personnel Security Requirements (Oct 2005) Compliance with Homeland Security Presidential Directive-12 (HSPD-12) and Federal Information Processing Standard Publication 201 (FIPS 201)1 entitled "Personal Identification Verification (PIV) for Federal Employees and Contractors," Phase I. 1. Long-Term Contractor Personnel: In order to be compliant with HSPD-12/PIV I, the following investigative requirements must be met for each new long-term2 contractor employee whose background investigation (BI) process begins on or after October 27, 2005: a. Contractor Personnel must present two forms of identification in original form prior to badge issuance (acceptable documents are listed in Form I-9, OMB No. 1615-0047, " Employment Eligibility Verification, " and at least one document must be a valid State or Federal government-issued picture ID); b. Contractor Personnel must appear in person at least once before a DOJ official who is responsible for checking the identification documents. This identity proofing must be completed sometime during the clearance process but prior to badge issuance and must be documented by the DOJ official; c. Contractor Personnel must undergo a BI commensurate with the designated risk level associated with the duties of each position. Outlined below are the minimum BI requirements for each risk level: • High Risk - Background Investigation (5 year scope) • Moderate Risk - Limited Background Investigation (LBI) or Minimum Background Investigation (MBI) • Low Risk - National Agency Check with Inquiries (NACI) investigation d. The pre-appointment BI waiver requirements for all position sensitivity levels are a: 1) Favorable review of the security questionnaire form; 2) Favorable fingerprint results; 3) Favorable credit report, if required;3 4) Waiver request memorandum, including both the Office of Personnel Management schedule date and position sensitivity/risk level; and 5) Favorable review of the National Agency Check (NAC)4 portion of the applicable BI that is determined by position sensitivity/risk level. A badge may be issued following approval of the above waiver requirements. If the NAC is not received within five days of OPM ' s scheduling date, the badge can be issued based on a favorable review of the Security Questionnaire and the Federal Bureau of Investigation Criminal History Check (i.e., fingerprint check results). e. Badge re-validation will occur once the investigation is completed and favorably adjudicated. If the BI results so justify, badges issued under these procedures will be suspended or revoked. 2. Short-Term Contractor Personnel: It is the policy of the DOJ that short-term contractors having access to DOJ information systems and/or DOJ facilities or space for six months or fewer are subject to the identity proofing requirements listed in items 1a. and 1b. above. The pre-appointment waiver requirements for short-term contractors are: a. Favorable review of the security questionnaire form; b. Favorable fingerprint results; c. Favorable credit report, if required;5 and d. Waiver request memorandum indicating both the position sensitivity/risk level and the duration of the appointment. The commensurate BI does not need to be initiated. A badge may be issued following approval of the above waiver requirements and the badge will expire six months from the date of issuance. This process can only be used once for a short-term contractor in a twelve month period. This will ensure that any consecutive short-term appointments are subject to the full PIV-I identity proofing process. For example, if a contractor employee requires daily access for a three or four-week period, this contractor would be cleared according to the above short-term requirements. However, if a second request is submitted for the same contractor employee within a twelve-month period for the purpose of extending the initial contract or for employment under a totally different contract for another three or four-week period, this contractor would now be considered "long-term" and must be cleared according to the long-term requirements as stated in this interim policy. 3. Intermittent Contractors: An exception to the above-mentioned short-term requirements would be intermittent contractors. a. For purposes of this policy, "intermittent" is defined as those contractor employees needing access to DOJ information systems and/or DOJ facilities or space for a maximum of one day per week, regardless of the duration of the required intermittent access. For example, the water delivery contractor that delivers water one time each week and is working on a one-year contract. b. Contractors requiring intermittent access should follow the Department's escort policy. Please reference the August 11, 2004, and January 29, 2001, Department Security Officer policy memoranda that conveys the requirements for contractor facility escorted access. c. Due to extenuating circumstances, if a component requests unescorted access or DOJ IT system access for an intermittent contractor, the same pre-employment background investigation waiver requirements that apply to short-term contractors are required. d. If an intermittent contractor is approved for unescorted access, the contractor will only be issued a daily badge. The daily badge will be issued upon entrance into a DOJ facility or space and must be returned upon exiting the same facility or space. e. If an intermittent contractor is approved for unescorted access, the approval will not exceed one year. If the intermittent contractor requires unescorted access beyond one year, the contractor will need to be re-approved each year. 4. An individual transferring from another department or agency shall not be re-adjudicated provided the individual has a current (within the last five years), favorably adjudicated BI meeting HSPD-12 and DOJ's BI requirements. 5. The DOJ's current escorted contractor policy remains unchanged by this acquisition notice. (End of Clause) 52.27-103-72 DOJ Contractor Residency Requirement (Jun 2004) For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services must have: 1. legally resided in the United States (U.S.); 2. worked for the U.S. overseas in a Federal or military capacity; or 3. been a dependent of a Federal or military employee serving overseas. If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provides current information regarding allied countries: http://www.opm,gov/employ/html/citizen.htm. By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction. (End of Clause) 52.224-102(a) Security of Systems and Data, Including Personally Identifiable Information (MAR 2008) a. Systems Security: The work to be performed under this contract requires the handling of data that originated within the Department, data that the contractor manages or acquires for the Department, and/or data that is acquired in order to perform the contract and concerns Department programs or personnel. For all systems handling such data, the contractor shall comply with all security requirements applicable to Department of Justice Systems, including by not limited to all Executive Branch system security requirements (e.g., requirements imposed by OMB and NIST), DOJ IT Security Standards and DOJ Order 2640.2E. The contractor shall provide DOJ access to and information regarding the contractor's systems when requested by the Department in connection with its efforts to ensure compliance with all such security requirements, and shall otherwise cooperate with the Department in such efforts. DOJ access shall include independent validation testing of controls, system penetration testing by DOJ, FISMA data reviews, and access by the DOJ Office of the Inspector General for its reviews. The use of contractor-owned laptops or other media storage devices to process of store data covered by this clause is prohibited until the contractor provides a letter to the Contracting Officer (CO) certifying the following requirements: 1. Laptops must employ encryption using a NIST Federal Information Processing Standard (FIPS) 140-2 approved product; 2. The contractor must develop and implement a process to ensure that security and other applications software is kept up-to-date; 3. Mobile computing devices will utilize anti-viral software and a host-based firewall mechanism; 4. The contractor shall log all computer-readable data extracts from databases holding sensitive information and verify each extract including sensitive data has been erased within 90 days or its use is still required. All DOJ information is sensitive information unless designated as non-sensitive by the Department; 5. Contractor-owned removable media, such as removable hard drives, flash drives, CDs, and floppy disks, containing DJB data, shall not be removed from DOJ facilities unless encrypted using a NIST FIPS 140-2 approved product; 6. When no longer needed, all removable media and laptop hard drives shall be processed (sanitized, degaussed, or destroyed) in accordance with security requirements applicable to DOJ; 7. Contracting firms shall keep an accurate inventory of devices used on DOJ contracts; 8. Rules of behavior must be signed by users. These rules shall address at a minimum: authorized and official use; prohibition against unauthorized users; and protection of sensitive data and personally identifiable information. 9. All DOJ data will be removed from contractor-owned laptops upon termination of contractor work. This removal must be accomplished in accordance with DOJ IT Security Standard requirements. Certification of data removal will be performed by the Contractor's project manager and a letter confirming certification will be delivered to the CO within 15 days of termination of contractor work. b. Data Security: By acceptance of, or performance on, this contract, the contractor agrees that with respect to the data identified in paragraph a, in the event of any actual or suspected breach of such data (i.e., loss of control, compromise, unauthorized disclosure, access for an unauthorized purpose, or other unauthorized access, whether physical or electronic), the contractor will immediately (and in no event later than within one hour of discovery) report the breach to the DOJ CO and the contracting officer's technical representative (COTR). If the data breach occurs outside of regular business hours and/or neither the CO or the COTR can be reached, the contractor shall call the DOJ Computer Emergency Readiness Team (DOJCERT) at 1-866-US4-CERT (1-866-874-2378) within one hour of discovery of the breach. The contractor shall also notify the CO as soon as possible during regular business hours. c. Personally Identifiable Information Notification Requirement: The contractor further certifies that it has a security policy in place that contains procedures to promptly notify any individual whose personally identifiable information (as defined by OMB) was, or is reasonably believed to have been, breached. Any notification shall be coordinated with the Department, and shall not proceed until the Department has made a determination that notification would not impede a law enforcement investigation or jeopardize national security. The method and content of any notification by the contractor shall be coordinated with, and be subject to the approval, of the Department. The contractor assumes full responsibility for taking corrective action consistent with the Department's Data Breach Notification Procedures, which may include offering credit monitoring when appropriate. d. Pass-through of Security Requirements to Subcontractors The requirements set forth in Paragraphs a through c above, apply to all subcontractors who perform work in connection with this contract. For each subcontractor, the contractor must certify that it has required the subcontractor to adhere to all such requirements. Any breach by a subcontractor of any of the provisions set forth in this clause will be attributed to the contractor. (End of Clause) 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Deviation) (Aug 2012) (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (End of Clause) 52.242-71 Evaluation of Contractor Performance Utilizing CPARS (April 2011) The services, although not directly supervised, shall be reviewed by Federal Bureau of Prisons (BOP) staff to ensure contract compliance. The contractor's performance will be evaluated in accordance with FAR 42.15. Contract monitoring reports will be prepared by the Contracting Officer's Technical Representative (COTR) or Contract Monitor (CM) and maintained in the contract file. In accordance with FAR 42.1502 and 42.1503, agencies shall prepare an evaluation of contractor performance and submit it to the Past Performance Information Retrieval System (PPIRS). The BOP utilizes the Department of Defense (DOD) web-based Contractor Performance Assessment Reporting System (CPARS) to provide contractor performance evaluations. The contractor shall provide and maintain a current e-mail address throughout the life of the contract. The contractor will receive an e-mail from the Focal Point thru the following website address webptsmh@navy.milwhen the contract is registered in CPARS. The e-mail will contain a "user ID" and temporary password to register in the CPARS system. The contractor must be registered to access and review its evaluation and/or provide a response. If assistance is required when registering, please contact the Contracting Staff/Focal Point. (End of Clause) COMPLIANCE WITH SECTION 508 OF THE REHABILITATION ACT OF 1973, 1998 AMENDMENTS: All electronic and information technology (EIT) procured through this solicitation and any resulting contract, task order, delivery order, or purchase order must meet the applicable accessibility standards at 36 CFR 1194. 36 CFR implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.section508.gov. (See Standards-Part 1194; Part 1194.21- Software applications and operating systems; Part 1194.26-Desktop and portable computers; Part 1194.31- Functional Performance Criteria; Part 1194.41- Information, documentation, and support). The contractor shall indicate for each line item in the schedule of items whether each product is compliant or noncompliant with the accessibility standards at 36 CFR 1194. Further, the offer must indicate where full details of compliance can be found (e.g., with offer, vendor's website or other location). SOLICITATION PROVISIONS: ADDENDUM TO FAR 52.212-1, Instructions to Offerors -Commercial Items (JUL 2013) The terms and conditions for the following provisions are herby incorporated into this solicitation as an addendum to FAR provision 52.212-1. 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov/far 52.209-7, Information Regarding Responsibility Matters (Jul 2013); 52.212-3, Offeror Representations and Certifications -Commercial Items (Aug 2013); 52.233-2 Service of Protest (SEPT 2006) - (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, DC 20534 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) 52.212-1 Instructions to Offerors--Commercial Items (Jul 2013) TAILORING: In accordance with FAR 12.302(a), the provision at 52.212-1 is hereby tailored to modify the following. BUREAU OF PRISONS DEVELOPMENT OF GED 2014 CURRICULUM ADDENDA TO INSTRUCTIONS FOR OFFERORS Any questions concerning this RFQ must be submitted to the Contracting Officer and must be received no later than 12:00 PM, EST, on September 16, 2013. All (timely) questions received and responses to the questions will be provided to all potential contractors via e-mail giving due regard to the proper protection of the identity of the submitter of the question and proprietary information. Quotations submitted in response to this RFQ shall be formatted in accordance with the instructions provided in this section. Vendors shall furnish quotes in electronic versions. Quotes shall meet the following specifications: A. General - Applies to Entire Quote An Electronic copy of quotes is to be submitted in Adobe Portable Document Format (PDF) on CD-ROM. All quotes will be typewritten in 12-point font and double-spaced, with the exception of sample résumés (if included), which can be single-spaced. All internet sites, required for review and analysis of information and resources, should be cited in submitted documents and available for viewing. B. Technical Quote (Original plus four copies, to include a listing of any websites needed to review resources) Every Component must be individually identified and tabbed separately. Dependent on the Component/s, the Contractor's Technical Quote must contain specific information. The Technical Quote must not indicate any prices being sought by the Contractor for the supplies required in this solicitation. For each Component the quoter is responding, the Contractor will provide a description of the Contractor's resources and capabilities to perform the required services and address the items in the SOW detailed for each Component. The Contractor shall clearly describe the overall plan for organizing, managing, and delivering the various resources and services outlined in the SOW. All technical aspects of the SOW must be addressed. The maximum number of pages (including résumés) that will be accepted for a submitted Technical Quote is limited to three hundred double-sided pages or limited to sixty double-sided pages per component. Approach to Delivering Services For each applicable component (1 through 4), the Contractor must provide time-frames for delivery of services and resources specified in the SOW. The Contractor must provide the name and contact information (phone number, fax number, e-mail address, and mailing address) of the person who will be responsible for resolving questions and/or issues that may arise during the course of the project. C. Price Quote (One Original) Provide a Firm Fixed Price quotation for completion of all services relevant to applicable Components (1 through 4). Evaluation of Quotations The Government will award a contract resulting from this solicitation to the responsible quoter with the Lowest Price Technically Acceptable quote. Past Performance will be evaluated in order to determine responsibility. Quoters are cautioned about taking exception to any of the terms in this solicitation. Normally, award may not be made to a quoter that takes exception to any term. If any exception does not meet the minimum requirements of the solicitation, the quoter's quote may be eliminated from award consideration. The Government reserves the right to conduct discussions but intends to make award on initial quotes. Quoters may not have the opportunity to submit a revised quote removing exceptions. NOTE: This solicitation will result in either a SINGLE and/or MULTIPLE awards. Quoters who are providing a quote for COMPONENT 1 must also provide a quote for COMPONENT 2. COMPONENT 1 AND COMPONENT 2 will be evaluated and awarded together. Each component must be tabbed separately and each component must be clearly identifiable. Quoters may provide a quote on ALL FOUR (4) COMPONENTS, as well as, quote ONLY on COMPONENT 3 and/or COMPONENT 4. As previously stated, each component must be tabbed separately and each component must be clearly identifiable or be eliminated from award consideration. JAR 2852.233-70 Protests Filed Directly with the Department of Justice (JAN 1998) (a)The following definitions apply in this provision: (1) "Agency Protest Official" means the official, other than the contracting officer, designated to review and decide procurement protests filed with a contracting activity of the Department of Justice. (2) "Deciding Official" means the person chosen by the protestor to decide the agency protest; it may be either the Contracting Officer or the Agency Protest Official. (3) "Interested Party" means an actual or prospective offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a contract. (b) A protest filed directly with the Department of Justice must: (1) Indicate that it is a protest to the agency. (2) Be filed with the Contracting Officer. (3) State whether the protestor chooses to have the Contracting Officer or the Agency Protest Official decide the protest. If the protestor is silent on this matter, the Contracting Officer will decide the protest. (4) Indicate whether the protestor prefers to make an oral or written presentation of arguments in support of the protest to the deciding official. (5) Include the information required by FAR 33.103(d)(2): (i) Name, address, facsimile number and telephone number of the protestor. (ii) Solicitation or contract number. (iii) Detailed statement of the legal and factual grounds for the protest, to include a description of resulting prejudice to the protestor. (iv) Copies of relevant documents. (v) Request for a ruling by the agency. (vi) Statement as to the form of relief requested. (vii) All information establishing that the protestor is an interested party for the purpose of filing a protest. (viii) All information establishing the timeliness of the protest. (c) An interested party filing a protest with the Department of Justice has the choice of requesting either that the Contracting Officer or the Agency Protest Official decide the protest. (d) The decision by the Agency Protest Official is an alternative to a decision by the Contracting Officer. The Agency Protest Official will not consider appeals from the Contracting Officer's decision on an agency protest. (e) The deciding official must conduct a scheduling conference with the protestor within five (5) days after the protest is filed. The scheduling conference will establish deadlines for oral or written arguments in support of the agency protest and for agency officials to present information in response to the protest issues. The deciding official may hear oral arguments in support of the agency protest at the same time as the scheduling conference, depending on availability of the necessary parties. (f) Oral conferences may take place either by telephone or in person. Other parties may attend at the discretion of the deciding official. (g) The protestor has only one opportunity to support or explain the substance of its protest. Department of Justice procedures do not provide for any discovery. The deciding official may request additional information from either the agency or the protestor. The deciding official will resolve the protest through informal presentations or meetings to the maximum extent practicable. (h) An interested party may represent itself or be represented by legal counsel. The Department of Justice will not reimburse the protester for any legal fees related to the agency protest. (i) The Department of Justice will stay award or suspend contract performance in accordance with FAR 33.103(f). The stay or suspension, unless over-ridden, remains in effect until the protest is decided, dismissed, or withdrawn. (j) The deciding official will make a best effort to issue a decision on the protest within twenty (20) days after the filing date. The decision may be oral or written. (k) The Department of Justice may dismiss or stay proceeding on an agency protest if a protest on the same or similar basis is filed with a protest forum outside the Department of Justice. (End of provision) Faith-Based and Community-Based Organization (AUG 2005) Faith-based and Community-based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. (End of provision) Additional Contract Requirements Contractors are advised that the Contracting Officer will verify registration in the System for Award Management (SAM) database (www.sam.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee's Data Universal Numbering System (DUNS) number into each database. Contract Pricing - Contract pricing shall be per component each line item identified in the Statement of Work (Attachment I) provided. Contract pricing shall include all charges to the Government (e.g. overheard, profit, maintenance, shipping, etc.). The Government reserves the right to award without discussion; therefore, the contractor's initial quote should contain the best terms from a price standpoint. Administration: Authority to negotiate changes in the terms, conditions, or amounts cited in this contract is reserved to the Contracting Officer (CO). After award, this responsibility may be delegated to an Administrative Contracting Officer(s) (ACOs) by the Contracting Officer. In accordance with FAR 42.202 and 42.302, the Contracting Office as stated in Block 16 of the SF1449, is assigned to be the Contract Administration Office (CAO) for this contract. This assignment carries with it the authority to perform all normal contract administration functions listed in FAR 42.302(a), items (1) through (71); to the extent those functions apply to this contract. This assignment also includes delegation of authority to perform functions specified in FAR 42.302(b), items (1) through (11). SUBMISSION OF QUOTES On letterhead or business stationary, the following information is required: 1) The solicitation number; 2) The time specified in the solicitation for receipt of quotes; 3) The name, address, and telephone number of the quoter including contractor's DUNS number; 4) A technical description of the items/services being submitted in detail to evaluate compliance with the requirements in the solicitation and Statement of Work (Attachment I). This may include product literature, or other documents, if necessary; 5) Terms of any express warranty; 6) Price and any discount terms; 7) "Remit to" address, if different than mailing address; 8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quote shall complete electronically); Also FAR 52.209-7 Information Regarding Responsibility Matters (Jul 2013) needs completed as applicable; 9) Acknowledge of Solicitation Amendments, if any; 10) The quoter shall also submit the Business Management Questionnaire (Attachment II) and provide the contact information for a financial reference. The quoter shall utilize the Sample Bank Notification Letter provided in Attachment III, or a similar letter, to send to their bank references. Also, please provide a copy of the letter with your quote; 11) If applicable, the quoter must submit a Subcontracting Plan (Attachment IV) along with their quote; 12) Since the quote is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quoters that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. List of Attachments: Attachment I, Statement of Work Attachment II, Business Management Questionnaire Attachment III, Bank Letter Attachment IV, Subcontracting Plan All quotes must be received at the following address of the issuing contracting office: Federal Bureau of Prisons, National Acquisitions & Systems Section, 500 First Street, NW, Room 5005, Washington, DC 20534, Attention: Ronda J. Morrow. Quotes must be received no later than 12:00 p.m. EST. on Thursday, September 19, 2013. Questions regarding this requirement may be directed in writing to Ronda J. Morrow, Contracting Officer, at rmorrow@bop.gov. The Contracting Officer may also be contacted by phone at (202) 616-6150.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/COBO/RFQ-P0700NAS-13-0294/listing.html)
 
Place of Performance
Address: 320 First Street, NW, Washington, District of Columbia, 20534, United States
Zip Code: 20534
 
Record
SN03186154-W 20130914/130913000034-cdd6572cfb12f73490b812f342155420 (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.