Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2016 FBO #5311
SOLICITATION NOTICE

D -- Bill of Rights App Support - Solicitation Package

Notice Date
6/6/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519190 — All Other Information 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-16-Q-0050
 
Archive Date
8/20/2016
 
Point of Contact
Victor Purcell, Phone: 301-837-0310, Ana D. Camacho, Phone: 301-837-3229
 
E-Mail Address
victor.purcell@nara.gov, ana.camacho@nara.gov
(victor.purcell@nara.gov, ana.camacho@nara.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Testing Guidelines Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at 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-16-Q-0050 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 2005-87-2 effective April 6, 2016. This is 100% set-aside for small business under NAICS 519190, All Other Information Services. The size standard for this procurement is $27.5M dollars. CONTRACT LINE ITEM NUMBER(S): See Attachment 1, Schedule of Prices. REQUIREMENT: The National Archives and Records Administration (NARA) has a requirement to obtain Information Technology services to ensure the digital products for all versions of Congress Creates the Bill of Rights remain fully functional and available for download by new users on all platforms. The Contractor will also serve as a consultant to the Center offering technical advice and preliminary design on proposed and potential new digital products that the Center is interested in pursuing. See Attachment 2, Performance Work Statement (PWS). PERIOD OF PERFORMANCE: The period of performance will consist of a base year and four (4) option years. PLACE OF PERFORMANCE: The place of performance will be the contractor's site. 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 (Oct 2015). Addenda: 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 Subpart 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 procurement will be obtained through a lowest price technically acceptable evaluation. See Attachment 7, Evaluation. 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'. Exceptions may render a Contractor's quotation technically unacceptable for award. 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 Contract Ceiling Price will be used to determine the lowest price. The Total Ceiling Price for each not-to-exceed CLIN will be determined by multiplying the Maximum Quantity by the Firm-Fixed Unit Price. The evaluated Total Contract Ceiling Price will be determined by summing the Total Ceiling Price of all performance years (base year and all option years). Contractors must provide pricing for each CLIN. Failure to submit any of the required information and documentation with the quotation may result in rejection of the quotation. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2016) - 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 (r) 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 (Mar 2016) - 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. Victor Purcell (Contractor) at victor.purcell@nara.gov no later than 12:00 PM ET on June 10, 2016 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 3:00 PM ET on June 20, 2016. Failure to submit quotations by the due date and time may result in rejection of the quotation as untimely. 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 (Volume I) and one (1) copy of price (Volume II) to: victor.purcell@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. Victor Purcell (Contractor), 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-16-Q-0050/listing.html)
 
Place of Performance
Address: Contractors Site, United States
 
Record
SN04139143-W 20160608/160606234208-2e611837455b7fef47b498431e887f02 (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.