|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1998 PSA#211911th Contracting Squadron, 110 Luke Ave, Room 200, Bolling AFB, DC
20332-0305 B -- HISTORICALLY BLACK COLLEGES AND UNIVERSITIES AND MINORITY
INSTITUTIONS(HBCU/MI) TECHNICAL ASSISTANCE PROGRAM-INTERACTIVE
ELECTRONIC MALL SOL F49642-98-R-0166 DUE 071798 POC Pamela Monroe,
Contract Specialist 202-404-1219 or Janice McConaha, Contracting
Officer 202-767-8095 The 11th Contracting Squadron intends to award on
a competitive basis as a small business set-aside under the Standard
Industry Code (SIC) 8742, Management Consulting Services. This is a
combined synopsis/solicitation for commercial items and services
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. This solicitation number
F49642-98R0166 is issued as a request for proposal (RFP) and will
result in a Fixed Price-Indefinite Delivery type contract for a base
period from date of award, with 4 one year options. The base period
amount is currently funded up to $300,000.00. The solicitation document
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular (FAC) 97-04. The SF 1449, Schedule B,
DD1423-Contract Data Requirements List (CDRLs) and the Past Performance
Evaluation Ratings are Attachments 1, 2, 3 and 4 to this notice.
Contractors shall obtain all attachments cited herein via fax
(202-404-7006) from the Contract Specialist above. Request should be
made immediately; confirmation of receipt of a legible fax is required.
In order to be considered responsive, offerors must certify in writing
that their proposal meets all requirements set forth in this
solicitation, attachments included. THE STATEMENT OF OBJECTIVES (SOO)
FOR THIS REQUIREMENT FOLLOWS: The Air Force requires contract support
to provide certain aspects of technical support to the Historically
Black Colleges and Universities and Minority Institutions (HBCU/MI)
with particular emphasis on the tribal colleges and universities.
Specific objectives for this contract include the following: 1. Provide
and maintain a multi-media mall (IEM -- Interactive Electronic Mall)
that collects and communicates Air Force requirements for supplies and
services related to research and development, education and training
and recruitment. Typically, these requirements will be acquired by the
Air Force through contracts, grants and/or formal agreements. 2.
Market the IEM to HBCU/MIs, including tribal colleges and universities
and provide training on the operation and use of the IEM in responding
to Air Force solicitations, grant requirements and formal agreements.
3. The IEM will include sources of technical assistance and training
for HBCU/MIs seeking to do business with the Air Force. Technical
assistance and training includes, but is not limited to the preparation
of contract proposals, grants, and formal agreements as well as
marketing and business practices. 4. The IEM will include a database
that contains information on the results of HBCU/MI's efforts to obtain
contracts, grants and formal agreements. This will include the
successes and failures as well as lessons learned. The database shall
be in a user-friendly format with simplified protocols for easy access
through the IEM. 5. The IEM will include a periodic newsletter or
bulletin board on topics of interest to the HBCU/MI community as well
as sources identifying disposed government property. 6. The contractor
will produce a technical design and plan for the IEM and provide it to
the Government within 60 days of contract award. 7. The IEM should be
fully operational within 180 days of contract award. 8. The contractor
will be responsible for all maintenance and updating of the IEM for
the period of the contract to include a 24-hour customer service desk,
with a response time of 24 hours or less to catalog calls and subject
matter. Option1 -- Training Plan -- The contractor will prepare a
training plan which details how the contractor will provide technical
assistance and training to HBCU/MIs if required. Technical assistance
and training should include, but is not limited to, preparation of
contract proposals, grants and formal agreements. This option, if
required, will be exercised no later than 30 Sep 99. The plan will be
submitted to the Air Force within 60 days of exercise of the option.
Option 2 -- Training and Technical Assistance -- The contractor will
conduct technical assistance and training for HBCU/MIs upon request in
accordance with the training plan submitted and approved under
Option1. Follow-on Support Options (Option years 1 through 4) -- The
contractor will continue to perform the requirements as set forth in
the basic contract statement of objectives. This effort will be
provided for 4 optional 12-month periods beginning upon the conclusion
of the basic contract. These options will be exercised in accordance
with the options clause of the contract. The following FAR Clauses
apply to this acquisition and are hereby incorporated by reference: FAR
52.212-1, Instructors to Offerors-Commercial; FAR 52.212-2,
Evaluation-Commercial Items; Offerors shall include a completed copy of
the provision FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items and DFAR 252.212-7000, Offeror
Representations and Certifications-Commercial Items with its offer. FAR
Clause 52.212-4, Contract Terms and Conditions-Commercial Items; FAR
Clause 52.212-5, Contract Terms and Conditions Required To Implement
Statutes or Executive Orders-Commercial Items; FAR 52.227-23, Rights to
Proposal Data (Technical). Additional FAR Clauses that are applicable
are 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the
Term of the Contract (fill-ins (a) within 60 days; (c) 60 months);
52.223-11 Ozone Depleting Substances and 52.232-34 Optional Information
for Transfer Payment, and 52.232-18 Availability of Funds. The
following DFAR provisions and clauses apply to this solicitation and
are incorporated by reference: 252.212-7001 Contract Terms and
Conditions required to Implement Statutes Applicable to Defense
Acquisitions of Commercial Items. All information technology items must
be Year 2000 Compliant, or Non-Compliant items must be upgraded at no
additional cost to be Year 2000 Compliant by no later than October 1,
1998. Year 2000 compliant means Information Technology that accurately
processes date/time (Including, but not limited to, calculating,
comparing and sequencing) from, into, and between the twentieth and
twenty-first centuries, and the years 1999 and 2000 and leap year
calculations. Furthermore, Year 2000 compliant Information Technology,
when used in combination with other Information Technology, shall
accurately process date/time data if the other information technology
properly exchanges date/time data with it. Basis for Award: The
Government will award 1 contract resulting from this solicitation and
is determined most advantageous to the Government. The following
factors will be used to evaluate offers: past performance, technical
and price. The evaluation will consider that technical and past
performance are significantly more important than cost or price.
Contract award will be based upon "Best Value" approach to permit the
Government to have tradeoffs among cost or price and non-cost factors.
Offerors should provide the proposed technical approach to meet all
requirements of the SOO and provide a Statement of Work (SOW). Each
technical proposal will be rated as acceptable or unacceptable. An
acceptable proposal passes or meets minimum mandatory requirements. An
unacceptable proposal fails to meet mandatory requirements. Offerors
shall provide proposals with price breakdown in accordance with Atch 2
of this solicitation. The Government will evaluate costs associated
with all CLINs and the quality of the offeror's past performance in
distinct and separate evaluation from the Contracting Officer's
responsibility determination. The assessment of the offeror's past
performance will be used as means of evaluating the relative capability
of the offeror to successfully meet the requirements of the
solicitation. The offeror shall describe its past performance on all
directly related or similar contracts held which are of similar scope,
magnitude and complexity to this requirement. Offerors, which describe
similar contracts, shall provide a detailed explanation demonstrating
the similarity of the contracts to the requirements of the
solicitation. The Government will consider Termination for Default,
delinquencies, failure to comply with specifications and/or SOW/SOO
requirements, cost overruns, amount of rework and any other information
which reflects the overall quality of the offeror's past performance.
The offeror shall provide the following information regarding past
performance: contract number(s), name and reference POC at the federal,
state or local Government or commercial entity for which the contract
was performed, dollar value of the contract, detailed description of
the work performed, names of subcontractor(s) and number, type and
severity of any quality, delivery or cost problems in performing the
contract, the corrective action taken and the effectiveness of the
corrective action. The Government reserves the right to obtain
information for use in the evaluation of past performance from any and
all sources including sources outside the Government. Offferors
lacking relevant past performance history will receive a neutral rating
for past performance. The offeror must provide information requested
above for the past performance evaluation or affirmatively state that
it possesses no relevant directly related or similar past performance.
An offeror failing to provide the past performance or to assert that
it has no relevant directly related or similar past performance will be
considered ineligible for award. The Government reserves the right to
award the contract without initiating discussions. Responses to this
solicitation are due 3:30 P.M. EST on 17 Jul 98. An official authorized
to bind the company shall sign the proposal. Offerors shall submit four
(4) copies of each volume. Volume I -- Technical and Management: A.
Introduction: 3 pages; B. Technical and Management: 25 pages. Volume II
-- Past Performance Data: 2 per contract referenced. Volume III -- SF
1449 (Attach 1), Price Proposal-Schedule B (Attach 2), Representations
and Certifications (FAR 52.212-2) and DFARS 252.212.7000. Volumes are
to be bound separately and sent to the Contract Specialist above.
(0167) Loren Data Corp. http://www.ld.com (SYN# 0018 19980618\B-0004.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|