SOLICITATION NOTICE
R -- Domestic and Internatinal Aviation Data
- Notice Date
- 1/25/2005
- Notice Type
- Solicitation Notice
- NAICS
- 481111
— Scheduled Passenger Air Transportation
- Contracting Office
- General Accounting Office, Acquisition Management, Acquisition Management, 441 G Street, NW, Washington, DC, 20548
- ZIP Code
- 20548
- Solicitation Number
- OAM-2005-N-0009B
- Response Due
- 2/14/2005
- Archive Date
- 10/1/2005
- Description
- (THIS IS PART 2 OF 2 ? OF GAO?S PART 12 SYNOPSIS/SOLICITATION NO. OAM-2005-N-0009B, SECTIONS VI THROUGH XIV) - VI. PROPOSAL FORMAT: Proposal must contain: 1) the name, address, and telephone number of the offeror; 2) Representations and Certifications at FAR 52.212-3; 3); separate technical proposal that addresses all of the Statement Of Work (Data Needs and Requirements and Technical Support); 4) separate cost proposal that includes a Price Schedule that provides mandatory fully-loaded rates for services (See IIV. Price Schedule and Executive Summary) and a total estimated amount for each of the five fiscal years and a total estimated amount that includes all five proposed contract fiscal years; and 5) identify at least 3 references, preferably references that include other Government entities, professional services organizations, and/or commercial enterprises for which you provide similar aviation data and related support services of similar complexity. Offerors must preface their proposals by an Executive Summary that ties in or correlates their technical proposal with the specific SOW criteria contained within this FedBizOpps notice. The proposal must be signed by an official authorized to bind the offeror. Offerors that fail to furnish required representation and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. VII. PRICE SCHEDULE: (Also, see Attachment C of the Executive Summary) ? offerors must propose fully loaded fixed rates for Aviation Data ? Scheduling Data and Aviation Data ? DOT Data (inclusive of all training, technical support services and indirect costs inclusive of all general and administrative cost, overhead and profit, applied for the duration for the contract) for data services relating to the U.S. Domestic and International Aviation Systems that includes technical support services and training for two locations (GAO headquarters, Washington DC and GAO regional office, Seattle Washington) each year of the proposed contract including the base year (dated of award through September 30, 2005 and four one-year options (October 1, 2005 ? September 30, 2006/FY-06, October 1, 2006 ? September 30, 2007/FY-07, October 1, 2007 ? September 30, 2008/FY-08 and October 1, 2008 ? September 30, 2009). VIII. SOURCE SELECTION AND EVALUATION CRITERIA: FAR 52.212-2, Evaluation--Commercial Items. This is a best value procurement. The Government will award a contract for a single line item or multiple line items resulting from this solicitation to the responsible offeror(s) whose offer(s) conforms to the solicitation and will be most advantageous to the Government, rates and other factors considered. For this solicitation, technical quality is more important than cost or price. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. Proposals will be evaluated by applying the following Factors: Factor 1) Demonstrated Ability of the Offeror to Perform the Work and Qualifications of the Proposed Staff (20 points) - Offeror must demonstrate the adequacy and relevance of their corporate experience in fulfilling the tasks to be performed under this contract. The offeror should address their experience in providing aviation data and analysis, their ability to meet time frames, and recent successful experience in completing similar work. References (names and contact information) must be provided for at least three clients with similar data or analytic service needs. For each reference listed, the offeror should describe the data and analytic services provided. The offeror must also provide the relevant qualifications of key staff used to fulfill the contract as demonstrated by employment history, educational attainment, and specific accomplishments on similar projects. Factor 2) Ability to Provide Data in a Timely Manner (20 points) - Describe when the offeror can begin providing the requested data, when updates will be provided, and the format in which data will be provided. Factor 3) Ability of the offeror to Provide Training and Technical Support (20 points) - Describe the type of training and technical support that the offeror will provide to the client. The offeror should also provide information regarding individuals that will be named Key Personnel under the contract, their qualifications/resumes, number of persons available to provide training and technical assistance as well as information regarding the scope and working telephone number(s) to call for assistance. Factor 4) The Quality of the Process the Offeror Uses to Ensure the Accuracy and Reliability of the Data/Analysis (20 points) - Describe the data and analysis checks used to ensure the accuracy and reliability of the data provided, and any alterations or revisions made to the data, along with justification for doing so. Factor 5) The Ability of an Offeror?s Software to Produce Analytic Output (20 points) ? The offeror must demonstrate to GAO staff (1) the ability of the software to produce various analytic output (e.g., datasets of various information for different time periods and different units of analysis, route maps), and (2) the operability of the software (i.e. how easy it is to use the software to produce various analyses). IX. APPLICABILITY OF FAR REGULATONS AND PROVISIONS: The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation and are incorporated by reference. FAR 52.212-1 - Instructions to Offerors ? Commercial Items. Offerors may provide a proposal on either single item (Schedule Data or DOT Data) or both (Schedule and DOT Data). The Government at its own discretion may make a single award or multiple awards if it deems to be in the Government?s best interest. Offerors must include a completed copy of FAR provision 52.212-3 - Offeror Representations and Certifications-Commercial Items with their offer (a copy of FAR 52.212-3 in full text is available at www.arnet.gov/far). FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. FAR 52-212-4 - Contract Terms and Conditions-Commercial Items, Conditions (delete in its entirety 52.12-4 (d) Disputes clause). Proposals will be evaluated in accordance with FAR Provisions 52.212-2, Evaluation of Commercial Items, price and other technical factors considered. X. SPECIAL PROPOSAL REQUIREMENTS ? In addition to the applicable FAR provisions, a number of special proposal and contract requirements (i.e., clauses, instructions, notifications, attachments, sample documents, certifications, etc.) will be added and/or incorporated as part of the proposed contract (Note: to reiterate, Special Proposal requirements are NOT included as part of this FedBizOpps/Solicitation. To obtain a complete solicitation (Executive Summary) document of all the requirements, interested firms must request a copy of this important information by e-mailing the contact person at the e-mail address provided in this document). XI. SUBMISSION OF OFFEROR?S QUESTIONS Offerors must submit all questions concerning this synopsis/solicitation in writing to Harold Miles (Contract Specialist). GAO must receive the questions no later than 5 calendar days after the notice is published. GAO will respond to questions that may affect offers in an amendment to this FedBizOpps notice. XII. POINT OF CONTACT - Harold Miles (Contract Specialist), U.S. Government Accountability Office, Acquisition Management, Room 6B46, 441 G. St. NW, Washington, D.C. 20548. Telephone: 202-512-3607, FAX 202-512-3999 Email: (miles@gao.gov). XIII. SUBMISSION OF OFFERS: Proposals must be submitted in two (2) physically separate and detachable (hardcopies or electronic files) parts; Part 1 ? Technical Proposal and Part 2 ? Cost Proposal. If the offeror elects to submit proposals in hardcopy, an original and 5 copies of both the technical and cost proposals must be submitted. Proposals are due with no exceptions unless this requirement is formally extended, on or before 2:00 pm (EST) February 14, 2005 to: The U.S. General Accounting Office, 441 G Street NW, Washington DC 20548, Attn: Harold Miles (Contract Specialist) RFP No. OAM-2005-N-0009. XIV. HANDCARRIED PROPOSALS ? Hancarried proposals are ONLY accepted from Federal Express (FEDEX). These deliveries are made to either GAO?s mailroom for screening and processing or delivered directly to the office centralized mail stop. GAO cannot guarantee that FEDEX deliveries will reach the addressee prior to the closing of the RFP unless the delivery is FEDEX priority overnight two business days prior to the closing date of the RFP (also, see Late quotation Clause, Attachment B in the Executive Summary). Offerors must have a receipt which shows that its proposal was mailed for priority overnight delivery at least two business days prior to the closing date of the RFP: All offers shall be clearly marked with the Solicitation Number, offeror?s name, address, point of contact and phone number. FACSIMILE TECHNICAL AND COST PROPOSALS WILL NOT BE ACCEPTED. THE RESPONSIBILITY TO RECEIVE THE SOLICITATION REQUIREMENTS INCLUDING AMENDMENTS AND TO DELIVER PROPOSALS ELECTRONICALY WILL BE THE SOLE RESPONSIBILITY OF THE OFFERING OR REQUESTING FIRM. *****
- Record
- SN00739880-W 20050127/050125212411 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |