MODIFICATION
R -- MARAD IT Application Development Support
- Notice Date
- 9/28/2017
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- 693JF717R00038
- Archive Date
- 10/27/2017
- Point of Contact
- Erica L Williams, Phone: (202)366-2803
- E-Mail Address
-
erica.williams@dot.gov
(erica.williams@dot.gov)
- Small Business Set-Aside
- HUBZone
- Description
- This RFP is amended to: •1. 1. EXTEND the closing date and time to 10:00am Washington, D.C. time on Friday, September 29, 2017. Due to the late receipt of this requirement and the Government's obligation to make an award by September 30, 2017, no additional time extensions will be issued. •2. 2. Update the requirement to remove the two 12-month option periods. Cla 3. Clarify that the requirement to submit a completed copy of the provision at 52.212- 3 does not count against other proposal page limitations. 4. Update the requirement to narrow the scope of services required to the enhancement of two existing systems. The draft Business Needs Documents for these systems will be provided in a subsequent amendment as soon as they become available later today. 5. Clarify that the offeror shall submit a proposed mix of labor categories and estimated number of hours to complete the enhancements identified in the two BNS documents, with the Government's understanding that the it is only a good faith estimate and that the estimate could change if the level/complexity of the enhancements is significantly modified. 6. The incumbent is ClearAvenue, LLC of Columbia, MD. (DTMA91F150079) To resate - another amendment will be issued to provide additional documents, as soon as they become available. PLEASE READ NOTICE IN ITS ENTIRETY TO ENSURE SUBMISSION OF A RESPONSIVE PROPOSAL!! (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. (ii) The solicitation number is 693JF717R00038 and is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94,2005-95 / 01-19-2017. (iv) This RFP is issued as a 100% HUBZone small business set-aside. The NAICS code for the effort is 541511 - Custom Computer Custom Computer Programming Services with a small business size standard of $27.5M. To be eligible for a HUBZone contract, a HUBZone small business concern must be a HUBZone small business concern both at the time of its initial offer and at the time of contract award. (v) Offerors shall submit a list of the labor categories and the associated rates it proposes to fulfill the requirements of the PWS. The fixed hourly rates must include wages, overhead, general and administrative expenses, and profit for each proposed category of labor. The proposed labor mix is at the discretion of the offeror and should be based on the general approach identified at viii below. (vi) MARAD requires IT support for all phases of the MARAD System Development Life Cycle (SDLC), to include Concept & Business Case, Initiation & Authorization, Project Definition, System Design, Construction, Acceptance, Operational Readiness, Operations, and Retirement. See attached Statement of Work for additional information. (vii) The total period of performance will begin on or about September 29, 2017 through September 28, 2020, which includes performance under one 12-month base period and two - 12-month option periods, if exercised at the discretion of the Government. (viii) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Proposals submitted in response to this RFP must include the following in addition to pricing information required at (v) above: 1. Technical Approach Proposal Technical proposal which demonstrates the offeror's understanding of the requirements specific to this PWS and provides a general approach to how the offeror proposes to fulfill the requirements of the PWS. Resumes of proposed individuals should also be included. The entire technical proposal (including any resumes/attachments) shall be no more than ten (10) single spaced pages, 12pt, MS Word 2016 or compatible. 2. Past Performance Proposal Provide at least three (3) references from past work performed/managed by the company which demonstrates work accomplished within the past five (5) calendar years, at the same or similar level of scope and complexity as required by the PWS. The references must include a contract/order number, business/Government office name/location, description of service provided and order/contract value. It must also include current POC name, phone number and email address. The past performance proposal shall be no more than three (3) single spaced pages, 12pt, MS Word 2016 or compatible (ix) Provision 52.212-2, Evaluation-Commercial Items does apply to this RFP. MARAD intends to award a single contract to the one responsible HUBZone offeror whose proposal, conforming to this RFP, represents the best value to the government, price and non-price factors considered. (x)Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and is attached. (xiii) Additional contract requirement(s) or terms and conditions apply and are attached. (xiv) N/A. (xv) Proposals are due by 4:00pm Washington, D.C. time on Thursday, September 28, 2017. Interested parties should submit proposals via email to erica.williams@dot.gov with the title "693JF717R00038 - RFP Response". ( Maximum email file size per proposal submission is 10MB). Note: Due to the upcoming end of FY2017, it is not likely that an extension can be granted for this RFP. (xvi) For general information regarding this RFP contact Contracting Officer Erica L. Williams at 202-366-2803. S pecific RFP questions must be submitted via email to Contracting Officer Erica Williams at erica.williams@dot.gov with "QUESTION - 693JF717R00038 RFP" in the email subject line.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/693JF717R00038/listing.html)
- Place of Performance
- Address: DOT/Maritime Administration HQ, Washington, D.C., United States
- Record
- SN04698722-W 20170930/170928232013-0db0a8a36a8594d16fd3f94940b02b98 (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 |