Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 30, 2022 SAM #7670
SOLICITATION NOTICE

D -- Learning Management System (LMS)

Notice Date
11/28/2022 4:05:14 PM
 
Notice Type
Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
NB450000-23-00269
 
Response Due
12/7/2022 9:00:00 AM
 
Archive Date
12/22/2022
 
Point of Contact
Monica Brown
 
E-Mail Address
monica.brown@nist.gov
(monica.brown@nist.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This constitutes a formal request for quotation pursuant to the attached Statement of Work for a firm-fixed-price award to purchase a cloud-based (service) Learning Management System (LMS) �under the authority of FAR Part 13.� The RFQ reference number for this request is NB450000-23-00269.� The NAICS code applicable to this procurement is 611420, Computer Training.� The size standard is $12M.� � To be considered for award, the contractor shall submit a quotation by December 7, 2022 at 12:00 p.m. Eastern Standard Time (EST) to Contracting Officer (monica.brown@nist.gov) which, at a minimum, includes the following: 1. ��A technical quotation containing: Detailed technical narrative that clearly demonstrates that all the elements within the attached statement of work and the BPEP LMS Weighted Requirements are met.� The contractor may include any other information that it deemed necessary to ensure the statement of need can be achieved.� 2.� A Firm Fixed Price�with FOB Destination quotation for all requested elements meeting the statement of work and the attached document, BPEP LMS Weighted Requirements are met. All quotations must be in U.S. dollar. 3.� If the Contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state �The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:� [Contractor shall list exception(s) and rationale for the exception(s)].� It is the sole responsibility of the Contractor to identify in their quote any exceptions to the terms and conditions of the solicitation.� If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor�s acceptance of the Government�s terms and conditions for inclusion into the resultant purchase order.� 4. The Unique Identifier number for the quoter�s active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to receive an award. 5. A copy of the Contractor�s commercial price list, or in the absence of a commercial price list, documentation showing the prices at which the same supplies are sold to the contractor�s most favored customer. 6.� A completed version of all required solicitation provisions (see attached provisions/clauses document � required submissions highlighted in blue).� The provisions and clauses contained in the attached �Applicable Provisions and Clauses� document apply to this procurement and will be incorporated into the resultant award, if applicable. The Government intends to award a purchase order for services as specified in the SOW (Attachment #1) and �to the vendor whose quote, conforming to the RFQ, represents the Best Value (as defined in FAR 2.101) and results in the lowest overall cost alternative considering both price and non-price criteria.� When conducting the evaluation, the Government will use data included by Vendors in their quotation, therefore, each Vendor is responsible for ensuring that the information provided is thorough, accurate, and complete. Contractors shall note the Government is more concerned with obtaining exceptional technical capability rather than making an award based on the lowest overall price.� However, the Government will not make an award at a significantly higher overall price to achieve small technical advantages.� The Government reserves the right to award without discussions.� The Evaluation Criteria for the task order are as follows: Criteria 1 - Technical Capability Criteria 2 - Price � The evaluation criteria are listed in descending order of importance.� The non-price criteria is considered to be more important than price.� However, as the evaluations of the Non-Price Criteria become more equal between the Vendors, price becomes more important in making the best value award determination. �In the event that two or more quotations are determined not to have any substantial technical differences (i.e., are substantially equivalent with respect to the Non-Price Criteria), award may be made to the lower priced quotation. �It should be noted that award may be made to other than the lower priced quoted if the Government determines that paying a higher price is warranted due to superior technical merit. The following factors shall be used to evaluate offers: Technical Capability - �The Government will evaluate that the response to this criteria provides a detailed demonstration that will accomplish all the elements, including tasks, requirements and deliverables in the attached SOW and BPEP LMS Weighted Requirements.� The items listed on the Weighted Requirements list are listed in descending order of importance and will be evaluated accordingly as part of the Technical Capability factor.� � 2.�������� Price (Price will be evaluated for reasonableness). The Contracting Officer may, if necessary, request revised quotation(s) prior to award.� Attachments: Statement of Work BPEP LMS Weighted Requirements Applicable Provisions and Clauses Please let me know if you have any questions or concerns prior to solicitation close.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4cfbd10053584971b302b8e5dc9836e1/view)
 
Record
SN06528144-F 20221130/221129060508 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.