Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2014 FBO #4661
SOLICITATION NOTICE

R -- OPTION - Counterterrorism Preparedness Program

Notice Date
8/27/2014
 
Notice Type
Presolicitation
 
Contracting Office
Sa-6, Arlington, VA 20522
 
ZIP Code
20522
 
Solicitation Number
SAQMMA14Q0116
 
Response Due
9/12/2014
 
Archive Date
3/11/2015
 
Point of Contact
Name: Rosalind Hicks, Title: Contract Specialist, Phone: 7038757264, Fax:
 
E-Mail Address
hicksrm2@state.gov;
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Bids are being solicited under solicitation number SAQMMA14Q0116. 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. 654553. 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 a [ Service-Disabled Veteran Owned ] set-aside 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 2014-09-12 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Washington, DC 20520 The Department of State requires the following items, Meet or Exceed, to the following: Base Period of Performance: 09/30/2014 - 09/29/2015 LI 001: Principal Program Manager/Team Lead (1). See attached for additional information., 1640, Hours; LI 002: Principal Program Manager (1). See attached for additional information., 1920, Hours; LI 003: Senior Program Manager (3). See attached for additional information., 1920, Hours; LI 004: Program Manager (2). See attached for additional information., 1920, Hours; LI 005: Travel. See attached for additional information., 1, LT; LI 006: Equipment, conference space, miscellaneous. See attached for additional information., 1, LT; Option 1 Period of Performance: 09/30/2015 - 09/29/2016 LI 001: Principal Program Manager/Team Lead (1). See attached for additional information., 1640, Hours; LI 002: Principal Program Manager (1). See attached for additional information., 1920, Hours; LI 003: Senior Program Manager (3). See attached for additional information., 1920, Hours; LI 004: Program Manager (2). See attached for additional information., 1920, Hours; LI 005: Travel. See attached for additional information., 1, LT; LI 006: Equipment, conference space, miscellaneous. See attached for additional information., 1, LT; Option 2 Period of Performance: 09/30/2016 - 09/29/2017 LI 001: Principal Program Manager/Team Lead (1). See attached for additional information., 1640, Hours; LI 002: Principal Program Manager (1). See attached for additional information., 1920, Hours; LI 003: Senior Program Manager (3). See attached for additional information., 1920, Hours; LI 004: Program Manager (2). See attached for additional information., 1920, Hours; LI 005: Travel. See attached for additional information., 1, LT; LI 006: Equipment, conference space, miscellaneous. See attached for additional information., 1, LT; Option 3 Period of Performance: 09/30/2017 - 09/29/2018 LI 001: Principal Program Manager/Team Lead (1). See attached for additional information., 1640, Hours; LI 002: Principal Program Manager (1). See attached for additional information., 1920, Hours; LI 003: Senior Program Manager (3). See attached for additional information., 1920, Hours; LI 004: Program Manager (2). See attached for additional information., 1920, Hours; LI 005: Travel. See attached for additional information., 1, LT; LI 006: Equipment, conference space, miscellaneous. See attached for additional information., 1, LT; Option 4 Period of Performance: 09/30/2018 - 09/29/2019 LI 001: Principal Program Manager/Team Lead (1). See attached for additional information., 1640, Hours; LI 002: Principal Program Manager (1). See attached for additional information., 1920, Hours; LI 003: Senior Program Manager (3). See attached for additional information., 1920, Hours; LI 004: Program Manager (2). See attached for additional information., 1920, Hours; LI 005: Travel. See attached for additional information., 1, LT; LI 006: Equipment, conference space, miscellaneous. See attached for additional information., 1, LT; 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, Department of State 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. Department of State 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. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation; these can be submitted to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government.(b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default ?program files? directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). A TOP SECRET facility clearance is required for this initiative. Please reference section 3.2 Security Requirements of 'Attachment C' for additional information. PLACE OF PERFORMANCE The principal place of performance of the effort(s) associated with this task shall be at: U.S. Department of State Harry S Truman Building 2201 C Street, NW Washington, DC 20520. Travel overseas and domestically will also be required by all members of the contractor team with the exception of the Principal Program Manager. Travel schedules will vary but may include approximately four international trips, seven to ten days in duration. The period of performance for this effort shall be a 12-month base period, plus four 12-month option periods. Normal work hours are Monday - Friday from 8:15am ? 5:00pm with 45 minutes for lunch, which is not chargeable, some variance is acceptable with the approval of the Government Program Manager and COR. The Contractor shall submit all deliverables to the government Program Manager and COR. The Contractor and the GTM will mutually agree upon the deliverable?s format and their delivery date. Deliverables will include, but not be limited to, the following: A.Monthly Activity Reports: The contractor will provide monthly status reports to the government Program Manager and COR by the 10th of the following month. The monthly report will include the hours and dollar amount that is spent for each employee, a summary of activity by the employee and any issues to be addressed for the next reporting period. B.Management and Project Reports: The contractor will provide management and project reports to the government Program Manager and COR within five business days, when requested. The management and project reports will include project status, updated project plans, evaluations, and any other information as requested by the Government Program Manager. C.Documentation: The contractor will provide documentation to the government Program Manager and COR within two business days, when requested. The documentation will consist of proofread, edited, and revised soft copies to be delivered on any of the available storage media as directed by the Government Program Manager (the media may include, but not limited to: DVD, CD?s, etc.). Deadline for questions, is Wednesday, Sepetember 5, 2014, 2 oclock (Wash DC time). The Government will award one (1) contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government (Best Value), price and other factors considered. The following factors shall be used to evaluate offers: In no order of importance: - Technical Apporach - Past Performance - Qualifications of Key Personnel - Management Plan - Price. See attached for additional information regarding rating methodology. Sellers must provide filled out Attachment B form within 24 hours after the closing time. Seller must provide filled out Attachment C form DD254 within 24 hours after the closing time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA14Q0116/listing.html)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
 
Record
SN03483698-W 20140829/140828022906-350fdaba88e903702080b698e86482a9 (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.