Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2013 FBO #4409
SOLICITATION NOTICE

D -- FAI Requirement for Web-Based Interactive Learning Module-One - Package #1

Notice Date
12/18/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Center for Innovative Acquisition Development (QSAB), 2200 Crystal Drive Rm 706, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
GSA-FAI_QSABC_RFP-ModuleOne
 
Archive Date
3/18/2014
 
Point of Contact
Bridgette Overbey, Phone: 7036052671, Anethra Facione, Phone: 202-208-4127
 
E-Mail Address
bridgette.overbey@gsa.gov, Anethra.Facione@gsa.gov
(bridgette.overbey@gsa.gov, Anethra.Facione@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation - Statement of Objectives and Price Schedule This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with (IAW) the information in the Federal Acquisition Regulation (FAR) Subpart 12.603, Streamlined Solicitation for Commercial Items and FAR 13, Simplified Acquisition Procedures, 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. The solicitation reference number is GSA-FAI_QSABC_RFP-ModuleOne. The United States General Services Administration (GSA), Federal Acquisition Service, on behalf of the Federal Acquisition Institute (FAI), is issuing a Combined Synopsis/Solicitation to procure services for the development of a web-based and native application (Virtual Acquisition Training Systems Module-One) to be located on the FAI website. See the Statement of Objectives (SOO) - Attachment 1 for details. THIS REQUIREMENT IS RESTRICTED TO SMALL BUSINESSES ONLY. The period of performance shall be six (6) months from date of award. The place of performance shall be performed at the Contractor's facility. This solicitation document incorporates all mandatory commercial item provisions and clauses in effect through Federal Acquisition Circular 2005-71; effective 25 November 2013. The North American Industry Classification Code (NAICS) is 541511, Custom Computer Programming Services, with a Size Standard of $25.5 Million. Please note that third party services (i.e. system planning and development) will NOT be considered. All Offerors that provide a proposal agree that the requirement and services can be provided in its entirety, for the specified performance period by the Offeror. Offerors that cannot provide the complete requirement and services, entirely by the Offeror, during the performance period of 6 months after date of award should not provide a proposal, as it WILL NOT be considered. All Offerors must have an active registration in the System for Award Management (SAM) at http://www.sam.gov. GSA intends to award Firm-Fixed Price purchase order(s) up to the Simplified Acquisition Threshold to the Offeror(s) that represents the offer that is most advantageous to the Government. The technical evaluation factors established in this requirement are: (1) ability to meet all performance requirements; and (2) relevant experience. The p ast performance evaluation factor will be evaluated of all Offerors. Interested Offerors shall provide past performance that identifies a minimum of three (3) comparable size virtual training modules developed within the past three (3) years for either commercial or government contracts, which includes the name and phone numbers of the contracts' Point of Contacts, contract value, performance period and description of services similar in scope performed, along with any problems and the corrective actions taken to remedy any contract issues. Price will be a final factor for which Offerors' proposals will be considered. The Offeror shall submit a technical proposal (Volume I) addressing the four (4) requirements of this solicitation and relevant experience/key personnel as set forth above, past performance proposal (Volume II) that identifies previous contracts performed similar in scope, and a price quote (Volume III) for each item outlined within Attachment 2 - Price Schedule. Offerors shall note that technical and past performance, when combined, are significantly more important than price. Submission Instructions: The Offeror shall submit a technical, past performance, and pricing proposal that adequately addresses all evaluation criteria. The technical proposal shall include the project plan that sets forth a schedule outlining milestones and all deliverables, tasks, resources, work breakdown structures, and all key evaluation factors specifically outlined. Offerors having past performance shall submit information including the details described above. Offerors without a record of relevant past performance, or where past performance is not available will not receive a favorable or unfavorable rating. The price proposal shall include the description of items, quantities, units, unit price, and total as shown in the Price Schedule (Attachment 2), which shall be provided by Offerors in response to the deliverables outlined in the SOO, and presented in a format that is clear and concise. Questions Submission : Any questions regarding this solicitation shall be submitted no later than (NLT) Tuesday, January 7, 2014 at 12:00 PM Eastern Standard Time (EST) through RFP-EZ or via email to Anethra Facione at Anethra.Facione@gsa.gov and Bridgette Overbey at Bridgette.Overbey@gsa.gov (note the solicitation number in the email subject line). A response to questions shall be provided within five days from the questions submission close date. Proposal Submission : All responsible sources may submit a proposal that, if timely received, shall be considered by the agency. The proposal submissions must include the solicitation number, be signed and dated acknowledging full agreement with all the terms, conditions, and provisions identified within this solicitation document. Offerors that fail to furnish required representations or information, or reject the terms, conditions, and/or provisions of this solicitation may be excluded from consideration. Proposals must be received by NLT Friday, January 17, 2014. The Offeror shall submit its separate proposal submissions (Volume I, II and III) through RFP-EZ or through FBO. Offerors are encouraged to register with RFP-EZ, available at www.rfpez.sba.gov. Since attachments cannot be accepted through the RFP-EZ system, Offerors may submit attachments, if necessary, within one email or "winzip" file using Microsoft Word, PDF, or a compatible format to Anethra Facione at Anethra.Facione@gsa.gov and Bridgette Overbey at Bridgette.Overbey@gsa.gov. Please reference the solicitation number of GSA-FAI_QSABC_RFP-ModuleOne in the subject line of any email sent. Point of Contacts: Lead Contract Specialist - Anethra Facione (202.208.4127) Solicitation Provisions and Clauses: The following FAR provisions/clauses and supplemental agency General Services Administration Acquisition Manual (GSAM) provisions/clauses apply to this acquisition: FAR 52.212-1- Instructions to Offerors Commercial Items (JUL 2013) FAR 52.212-4- Contract Terms and Conditions - Commercial Items (SEP 2013) FAR 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (NOV 2013) FAR 52.204-7 - System for Award Management (JUL 2013) FAR 52.217-8 - Option to Extend Services (NOV 1999) FAR 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activit ies or Transactions Relating to Iran-Representation and Certifications (DEC 2012) 52.232-39 - Unenforceability of Unauthorized Obligations (JUN 2013) GSAM 552.212-71 - Contact Terms and Conditions Applicable to GSA Acquisition of Commercial Items (JUL 2003) GSAM 552.212-72 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to GSA Acquisition of Commercial Items (SEP 2003) GSAM 552.215-70 - Examination of Records by GSA (FEB 1996) GSAM 552.229-70 - Federal, State, and Local Taxes (APR 1984) The following clauses within FAR 52.212-5 are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-13, and 52.232-33. OFFEROR MUST COMPLETE AND SUBMIT WITH ITS PROPOSAL, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS; AVAILABLE ELECTRONICALLY AT: http://www.acquisition.gov/far/ OR PROOF OF REGISTRATION THROUGH SAM: https://www.sam.gov/portal/public/SAM/ The complete text of the FAR ( http://www.acquisition.gov/far/ ) and GSAM ( http://www.acquisition.gov/gsam/current/pdf/gsam.pdf ) clauses and provisions are available online. NOTE: Communication with other officials and Offerors may compromise the integrity and competitiveness of this acquisition, which could result in the cancellation of the solicitation and/or exclusion of your proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dea2ddd6c4cd3f10636cc91d2b121db4)
 
Place of Performance
Address: Federal Acquisition Instiitute Ofice, 9830 Flagler Road, Building #270, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN03254165-W 20131220/131218235033-dea2ddd6c4cd3f10636cc91d2b121db4 (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.