Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2015 FBO #5045
MODIFICATION

D -- Webcasting and Support Services - Amendment 3

Notice Date
9/14/2015
 
Notice Type
Modification/Amendment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
National Archives and Records Administration, NAA, Acquisitions Division, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001, United States
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-15-Q-0079
 
Archive Date
10/1/2015
 
Point of Contact
Jonathan Santana, Phone: 3018370310
 
E-Mail Address
jonathan.santana@nara.gov
(jonathan.santana@nara.gov)
 
Small Business Set-Aside
N/A
 
Description
NAMA-15-Q-0079, Webcasting and Support Services Amendment 003 RFQ NAMA-15-Q-0079, Webcasting and Support Services Amendment 003, Questions and Answers This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is NAMA-15-Q-0079 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective August 3, 2015. This is a full and open RFQ under NAICS 518210, Data Processing, Hosting, and Related Services. CONTRACT LINE ITEM NUMBER(S): See Attachment 1, Schedule of Prices. REQUIREMENT: The National Archives and Records Administration (NARA) has a requirement to obtain Webcasting and Support Services. See Attachment 2, Performance Work Statement. PERIOD OF PERFORMANCE: The period of performance will consist of a base year and four (4) option years. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant contract, with the exception of FAR provisions which will be removed prior to award: FAR 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014). Addenda: (1) Change paragraph (c) to read: Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (2) Delete paragraph (h), Multiple Awards. - see below for additional quotation submission instructions. EVALUATION (In lieu of FAR 52.212-2): Evaluation and award will be in accordance with Simplified Acquisition Procedures at FAR Subpart 13.106, Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation authorized by FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items as prescribed by FAR 12.301(c)(2). Selection of the Contractor to perform this contract will be based on NARA's assessment of the best overall value to the Government. Accordingly, best value for this contract will be evaluated based on the following evaluation factors: (1) Technical Understanding and Approach (Volume I). The Government will assess the Contractor's demonstrated technical knowledge and competence with regard to the Government's requirements and program objectives; understanding of, and approach to the work that the Contractor would have to perform under the prospective contract. The Government will assess whether the Contractor exhibits adequate techniques and approaches to meet contract needs and provide effective and efficient support. This volume shall be no more than forty (40) pages in length. The Government will also assess the Government Product/Service Accessibility Template (GPAT) (See Attachment 7, Government Product/Service Accessibility Template for Data Processing, Hosting, and Related Services). (2) Relevant Past Performance (Volume II). The Contractor will be evaluated to assess the demonstrated quality of performance on similar work, to include the ability to control the quality and cost of work, timeliness of performance, and effectiveness at accomplishing the goals of previous relevant work. Contractors are requested to submit no more than three (3) references for relevant past performance performed during the past five (5) years. Submission should include the entity name, a point of contact, contact information, dollar value of contract/order, brief description of work performed, and an explanation of how any performance difficulties were addressed and resolved. If the interested Contractor has no relevant past performance, an affirmative statement that no relevant past performance exists must be submitted. (3) Price (Volume III). All technical factors are equal in importance. All evaluation factors other than cost or price, when combined, are more important than cost or price. Selection of the Contractor to perform this contract will be based on NARA's assessment of the best overall value to the Government. Exceptions taken to any terms and conditions stated in the RFQ must be clearly outlined on a separate page of the Contractor's quotation entitled "Exceptions". The Contractor must also include complete rationale, justification, and the cost impact of each exception noted. The Government reserves the right to make an award on the initial quotation without discussions of this procurement. For evaluation purposes, the total ceiling price for each not-to-exceed Contract Line Item Number (CLIN) will be determined by multiplying the maximum quantity by the fixed unit price. The total price for each fixed-price CLIN will be determined by multiplying the quantity by the firm-fixed unit price. The total price for CLINs 0002, 0007, 0012, 0017, and 0022 for additional webcasting requirements will be determined by utilizing the firm-fixed unit prices in CLINs 0001, 0006, 0011, 0016, and 0021 in order to calculate the price per lot. The total firm-fixed price for each performance year will be determined by summing the total prices of each CLIN. The evaluated total contract ceiling price will be determined by summing the total firm-fixed prices of all performance years (base year and all option years). FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2015) - The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) - See Attachment 5, Additional NARA Terms and Conditions (Addenda to FAR clause 52.212-4). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) - see Attachment 6, FAR Clauses for the full text of this clause and for additional applicable FAR clauses. Full text provisions and clauses can be found at https://www.acquisition.gov. QUESTIONS: Questions regarding this RFQ must be submitted in writing to the Contract Specialist, Mr. Jonathan Santana (Contractor) at jonathan.santana@nara.gov no later than 12:00 PM ET on September 3, 2015 to be considered. Questions submitted in any other manner will not be answered. The Government will answer questions or requests for clarification via a written RFQ amendment. QUOTATION DUE DATE: Quotations must be received by 12:00 PM ET on September 16, 2015. Failure to submit quotations by the due date and time may result in rejection of the quotation as untimely. Failure to submit complete quotations as specified in this solicitation may result in rejection due to non-responsiveness. Contractors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. QUOTATION SUBMISSION INSTRUCTIONS: NARA requests that Contractors email one (1) copy of the quotation (Volumes I, II and III) to: jonathan.santana@nara.gov. However, Contractors may mail one (1) hardcopy and one (1) CD of each quotation. Mailed quotations must be sent to: National Archives and Records Administration, Attention: Mr. Jonathan Santana, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-15-Q-0079/listing.html)
 
Record
SN03884198-W 20150916/150914235111-9ebcd9366557055f153206b3baedae34 (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.