|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 21,1999 PSA#2436General Services Administration, Federal Technology Service (FTS),
Federal Technology Service ((7TR/T-3), 819 Taylor Street, Room 14A002,
Fort Worth, TX, 76102 D -- D -- INFORMATION TECHNOLOGY SERVICES, INCLDUING TELECOMMUNICATION
SOL 7TF-99-0032 DUE 093099 POC Robert Goudy, Contracting Officer, Phone
(817) 978-4074, Fax (817) 978-4739, Email robert.goudy@gsa.gov --
Robert Goudy, Contracting Officer, Phone (817) 978-4074, Fax (817)
978-4739, Email robert.goudy@gsa.gov WEB: Visit this URL for the latest
information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=7TF-99-0032&L
ocID=327. E-MAIL: Robert Goudy, robert.goudy@gsa.gov. 17(i). This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6 and FAR 13 and FAR Part
15, 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!!
17(ii). Solicitation Number 7TF-99-0032 Request for Proposal!! 17(iii).
This solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-13!! 17(iv).
This is a full and open procurement under SIC 7374 Computer Processing
and Data Preparation and Processinhg Services!! 17(v). Description:
There are several contract line items, which are not optional: ITEMS
LISTED 17(vi). The purpose of this Request is to acquire the following:
Description/Quantity, as required: STATEMENT OF WORK: Work is to be
accomplished for the General Services Administration (GSA), Federal
Telecommunications Service (FTS),Greater Southwest Region (7T), through
the FAST Program Office ARTICLE 1.0 INTRODUCTION 1.1 Organization 1.1.1
Identification and Addresses. U.S. Air Force Space Missile Center/Test
Evaluation Division (SMC/TEM) 3550 Aberdeen Ave., SE Kirtland AFB, NM
87117-5776 1.1.2 Mission. The SMC/TEM is a DOD entity and requires no
mission statement. 1.2 Project Background and Objectives. SMC/TE has
experienced organization change and new directives make it essential
that issues associated with re-organization be addressed for the Year
2000. The task requirements will address year 2000 issues. 1.2.1
Background. 1.2.2 Objective. The objective of the task is to provide
the technical resources needed to improve and maximize the use of
available recources. 1.3 Technology Environment 1.3.1 Hardware -- N/A
1.3.2. Software -- N/A ARTICLE 2.0 TECHNICAL SERVICES REQUESTED 2.1
Task Description. This Task Order requires the contractor to provide
the following technical services: -- Organizational dynamics -- Program
developments -- Management Action Plans -- Documentation 2.1.1 Scope of
Work. The contractor shall provide technical resources needed for the
support contained in the Statement of Work. 2.1.2 Statement of Work. --
This Statement of Work sets for the requirements of SMC/TE for the
Fiscal Year 2000. Task proposal will be a fixed price and there will be
travel required. The TE organization continues to define its role
within the larger Air Force community. This project covers all levels
of TE command; Commander, three letter chiefs, four level chiefs, and
supervisors. In order to meet the dynamic and evolving needs of the
organization, SMC/TE requires support that will provide the TE
communities focus on organizational dynamics and the changing
environment. Contractor shall provide documentation management change,
management action planning, program of continuous process improvement,
identify TE organization needs, identify and provide tutoring
activities for TE Management. Contractor shall provide the following:
1. Understanding the TE management and office dynamics. 2. Identify
organizational requirements and environment. 3. Develop programs that
address specific TE needs. 4. Develop programs that will enhance and
improve performance and maximize the use of available resources.
2.1.2.1 Milestone I: -The Contractor shall prepare monthly reports.
Deliverables. The Contractor will provide a completion report, original
and two (2) copies. One copy of each deliverable will be forwarded to
the Client Representative (see section 4.1 for the designated CR and
address 2.3 Expertise. 2.3.1 Skill Levels. As required to accomplish
this task. 2.3.2 Unique Skill Requirements. No unique skills are 2.4
Other Direct Costs. 2.4.1 Travel. As necessary to accomplish this task.
2.4.2 Other ODC's. -- TBD ARTICLE 3.0 GOVERNMENT FURNISHED RESOURCES
3.1 Facilities, Supplies and Services. 3.1.1 Facilities -- The
contractor shall have access to a speakerphone for teleconferences, a
copy machine, a FAX machine, and a workspace that includes two (2)
chairs, a desk, a PC and a printer, while on site. 3.1.1 Supplies -- TE
will provide normal office supplies. 3.2 Information Sources -- As
required and provided by the CR. 3.3 Documentation -- As provided by
the CR ARTICLE 4.0 ADMINISTRATIVE CONSIDERATIONS 4.1 Government
Contacts. 4.1.1 GSA COTR Jerry Sustala GSA, FTS (7TRT) 819 TAYLOR
STREET FORT WORTH, TX 76102 Ph: (817) 978-3688 FAX: (817) 978-4739
4.1.2 GSA ACO Robert D. Goudy GSA, FTS (7T-3) 819 TAYLOR STREET FORT
WORTH, TX 76102 Ph: (817) 978-4074 Fax: (817)-978-4739 4.1.3 Client
Representative Frank Rogers Space Missile Center Test Evaluation
Division SMC/TE 3550 Aberdeen Ave., SE Kirtland AFB, MN 87117-5776 Ph:
505-846-4171 FAX 505-846-3826 4.2 Place of Performance -- On-site at
SMC/TE, Kirtland AFB, NM 4.3 Hours of Work -- Working hours will be
coordinated with the CR and the Site to minimize disruption of services
to users. Non-standard hours may be required. 4.4 Period of Performance
-- 10/01/99 through 09/30/00 4.5 Security and Privacy Consideration --
No access to classified materials or areas is anticipated. All
information provided by the government shall remain the property of the
government and shall not be divulged nor disseminated in any fashion
without the express permission of the government customer. All normal
security procedures such as the prominent display of passes, badges,
and other forms of identification will be observed as required by the
host facility. 5.0 SPECIAL INSTRUCTIONS 5.1 General and Miscellaneous
-- 5.1.1 -- All written reports are to be provided in original, two
copies and in electronic media. 6.0 STANDARDS AND REFERENCES N/A
17(vii). Date of delivery is no later than October 1, 1999; Place of
Delivery and Acceptance is: Mr. Frank Rogers, Space Missile Center Test
Evaluation Division, SMC/TE, 3550 Aberdeen Ave., SE, Kirtland AFB, NM
87117-5776; 505-846-4171, FAX 505-846-3826. FOB destination!! 17(viii).
Solicitation provision at FAR 52.212-1, Instructions to Offerors --
Commercial Items (AUG 1998) is hereby incorporated by reference.!!
17(ix). The Government will award a contract resulting from this
solicitation to the responsible offeror whose offer conforming to the
solicitation will be most advantageous, representing the best value to
the Government price and other factors considered. The following
factors shall be used to evaluate offers: Evaluation will be based on
(1) Technical (a) Technical capability of the item offered to meet the
Government requirement (b) Past Performance (see below) and (c)
Delivery Terms -- ability to meet required delivery schedule and (2)
Price. Factors are listed in their relative order of importance. Past
performance will be evaluated as follows: Evaluation of past
performance shall be based on information provided by the offeror (see
below) and any other information the Government may obtain by
following up on the information provided by the offeror and/or through
other sources (i.e., offeror's performance on previously awarded FAST
delivery orders/contracts and/or contracts with other Government
entities). The offeror must identify two Federal, state, or local
government and private contracts or delivery/task orders for which the
offeror has performed work similar to the statement of work in this
solicitation. References should include the most recent contracts
completed within the last two years. The offeror shall provide a point
of contact, current telephone number and fax number for each contract.
This list is due by the date established for receipt of proposals.
17(x). Offeror's are reminded to include a completed copy of the
provision at 52.212-3, Offeror Representations and Certifications --
Commercial Items, with its offer.!! 17(xi). Clause 52.212-4, Contract
Terms and Conditions -- Commercial Items (MAY 1999), is hereby
incorporated by reference.!! 17(xii). Clause 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive Orders --
Commercial Items (MAY 1999), is hereby incorporated by reference. The
following paragraphs apply to this solicitation and any resultant
contract(b)(2)52.203-10,
(b)(3)52.219-8,(b)(6)52.222-26,(b)(7)52.222-35,(b)(8)52.222-36,(b)(9)5
2.222-37,(b)(15)52.225-21, (b) 552.211-70.!! 17(xiii). Additional
Contract Terms and Conditions applicable to this procurement are: (i)
N/A (ii) Type of Contract: A firm fixed-price definite quantity,
definite delivery contract will be awarded. (iii) Period of
Performance: Delivery no later than October 1, 1999 after receipt of
order. Period of Performance is October 1, 1999 through September 30,
2000.!! 17(xiv). The Defense priorities and Allocations Systems (DPAS)
assigned rating for this procurement is unrated.!! 17(xv). N/A!!
17(xvi). Signed and dated offers one original must be submitted to GSA,
FAST, 7TF, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105,
Attn: Robert Goudy, Contracting Officer at or before 4:30 p.m.(CST),
September 30, 1999. TELEFAXED PROPOSALS WILL NOT BE ACCEPTED.!!
17(xvii). Contact Robert Goudy at at 817/978-4074.!! **** Posted
09/17/99 (D-SN381459). (0260) Loren Data Corp. http://www.ld.com (SYN# 0018 19990921\D-0002.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|