Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2014 FBO #4605
MODIFICATION

R -- MOBIS Integrated Consulting Serv ices

Notice Date
7/2/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
15 Kansas Street, Natick, MA 01760
 
ZIP Code
01760
 
Solicitation Number
0010505367MOBIS06192014
 
Response Due
7/14/2014
 
Archive Date
1/10/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE:Bids are being solicited under solicitation number 0010505367MOBIS06192014. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 618260_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-07-14 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Natick, MA 01760 The APG - Natick SPS requires the following items, Meet or Exceed, to the following: LI 001: Integrated consulting services utilizing the Mission Oriented Business Integrated Services (MOBIS) - GSA Schedule 874-1 See attachment for further detail., 1, EA; LI 002: CLN 0002 Technology Transition Workshop: i. The contractor shall consult with CFD leadership to understand the current technology transition process, plan for the workshop and finalize objectives. ii. The contractor shall facilitate a 1-3 session workshop to improve combat ration technology transitions within CFD teams and to external partners. iii. The contractor shall assist in developing strategies to mitigate challenges and achieve overall program goals. iv. The contractor shall consult with CFD leadership to develop appropriate and effective performance measures to evaluate progress towards the stated objectives. v. The contractor shall provide a presentation to CFD leadership that includes overall recommendations on how to improve the current technology transition process. vi. The contractor shall provide a written report detailing these recommendations. See attachments for further detail., 1, EA; LI 003: CLN 0003 Option 1 Strategic Brainstorming Workshop: i. The contractor shall consult with CFD leadership to finalize objectives. ii. The contractor shall facilitate a single session workshop with key stakeholders to generate mid and long-term ideas for new CFD science and technology initiatives based on Army and Department of Defense strategic guidance. iii. The contractor shall provide a written report to CFD leadership that includes a summary of the Strategic Brainstorming Workshop and recommendations. See attachments for further detail., 1, EA; LI 004: CLN 0004 Option 2 Combat Feeding Directorate (CFD) Leadership Workshop: i. The contractor shall consult with CFD leadership to finalize objectives. ii. The contractor shall facilitate a 1-2 session workshop during which CFD leadership will update/develop/discuss overall program goals and formulate action plans to tackle key strategic issues. iii. The contractor shall assist in developing actions and strategies to mitigate challenges and achieve overall program goals. iv. The contractor shall consult with CFD leadership to develop appropriate and effective performance measures to evaluate progress towards the stated objectives. v. The contractor shall provide a presentation to CFD leadership and written report detailing recommendations and effective performance measures to monitor progress towards goals. See attachments for further detail., 1, EA; LI 005: CLN 0005 Accounting for Contract Services (NSP): ACC-APG 5152.237-4900 ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT (Oct 2012) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The Army's objective is to collect as much significant Contractor Man-Year Equivalents (CME) data as possible to allow accurate reporting to Congress and for effective Army planning. Detailed instructions can be found on the Contractor Manpower Reporting Application (CMRA) website in the CMRA ?Contractor User Guide? or ?Subcontractor User Guide?. The contractor must create an account upon entering the site and is required to completely fill in the required information at the CMRA website: https://cmra.army.mil. See attachment for further details., 2, EA; LI 006: CLN 0006 Contract Data Requirement List (CDRL)(NSP): CDRL 1 ? Report capturing Technology Transition Workshop agendas CDRL 2 ? Report capturing Brainstorming Workshop agenda CDRL 3 ? Report capturing Leadership Workshop See attachment for further details., 3, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, APG - Natick SPS intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. APG - Natick SPS is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The following Clauses are included by reference. 52.204-7 System for Award Management JUL 2013 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) JAN 2014 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2014 52.222-21 Prohibition Of Segregated Facilities FEB 1999 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7000 Disclosure Of Information AUG 2013 252.204-7002 Payment For Subline Items Not Separately Priced DEC 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A MAY 2013 252.225-7001 Buy American And Balance Of Payments Program DEC 2012 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2012 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Alt III Transportation of Supplies by Sea (JUN 2013) Alternate III MAY 2002 52.217-9 Options Clause This solicitation 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): http://farsite.hill.af.mil/vffar1.htm http://farsite.hill.af.mil/vfdfar1.htm Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/54f5a0ca1d0f19be167cddcfa644cd0c)
 
Place of Performance
Address: Natick, MA 01760
Zip Code: 01760
 
Record
SN03413949-W 20140704/140703003741-54f5a0ca1d0f19be167cddcfa644cd0c (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.