SOLICITATION NOTICE
76 -- The purpose of this acquisition is to purchase Watson Wyatt ECS reports.
- Notice Date
- 8/22/2007
- Notice Type
- Solicitation Notice
- NAICS
- 511199
— All Other Publishers
- Contracting Office
- Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street Bldg #21, Room 2B218, Columbus, OH, 43218, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- DCAA-C07-210(7-039)
- Response Due
- 9/6/2007
- Archive Date
- 9/21/2007
- Description
- 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. This is solicitation number DCAA-C07-210/7-039: The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-12, Effective 04 Aug 2006 & Class Deviation 2005-00001. This requirement is unrestricted. The NAICS code is 511199 and the small business size standard is 500 employees. Line Item Number(s) Items Quantities Unit of Measure Delivery 0001-0006 Purchase See SOW & See Attachment 60 Days Watson & Attachment After Date Wyatt for details of Contract ECS Reports REQUESTS FOR COPIES OF THE ATTACHMENTS SHOULD BE MADE TO? PETER.JOYCE@DFAS.MIL. Description of items/services: STATEMENT OF WORK Purchase of Watson Wyatt Compensation Reports As of August 22, 2007 1.0 BACKGROUND: The purpose of this acquisition is to purchase Watson Wyatt ECS reports. These executive compensation reports are used by DCAA to assist in audit actions and meet the conditions of FAR 31.205-6. 2.0 SCOPE: The contractor is required to provide the entire product list of reports in the format listed under this solicitation. 3.0 OBJECTIVE: The objective of this project is to allow for the purchase of the reports listed 4.0 TASKS: The contractor is required to provide product listed on the attachments. 5.0 DELIVERABLES: Items 0001 thru 0006 as listed on the attachment.. 6.0 PLACE OF PERFORMANCE/POC: DCAA Ft. Belvoir 8725 John J. Kingman Rd. Suite 2135 Ft. Belvoir, VA 22060-6219 7.0 GOVERNMENT FURNISHED RESOURCES AND FACILITIES: 7.1 No GFP or GFM is required for this procurement. 7.2 DCAA Contracting Officer?s Representative (COR) for this task, or designated alternate, will be available as needed for the period of performance. The COR for this project is Letitia Davis (703-767-1013). 7.3 The contractor shall not disclose or release to other than government authorized persons or activities, the content of any government software, procedures, or information provided to the contractor. 8.0 GOVERNMENT FACILITY ENTRANCE. NA. 9.0 ADMINISTRATIVE CONSIDERATIONS: The Government COR address is as listed below: DCAA Ft. Belvoir Attn: Letitia Davis 8725 John J. Kingman Rd. Suite 2135 Ft. Belvoir, VA 22060-6219 Letitia.Davis@dcaa.mil 703-767-1013 Attachments: Attachment 1- Product List CLIN Description 0001 2007/2008 Compensation Reports Packages (Printer Volumes and Interactive CD Formats, Quantity is 1. Unit Cost: ________ Total Cost: ________ 0002 2007/2008 Compensation Reports (CompTrack CD Format) Quantity is 1. Unit Cost: ________ Total Cost: ________ 0003 2007/2008 Compensation Reports (CompQuest CD Format) Quantity is 10. Unit Cost: ________ Total Cost: ________ 0004 Survey Reports of Employee Benefits Quantity is 9. Unit Cost: ________ Total Cost: ________ 0005 Survey Reports on College and University Personnel Comp Print/On-Line Format Quantity is 1. Unit Cost: ________ Total Cost: ________ 0006 Survey Reports on Hospital and Health Management, Print/On-Line Format Quantity is 1. Unit Cost: ________ Total Cost: ________ TOTAL COST = _______ REQUESTS FOR COPIES OF THE ATTACHMENTS SHOULD BE MADE TO PETER.JOYCE@DFAS.MIL. Delivery date: 60 days after Date of Award. See CLINs 0001 thru 0006. Place of Performance is Ft. Belvoir, VA. FOB Destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. FAR 52.212-2, Evaluation -- Commercial Items, is applicable. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor(s) shall be used to evaluate offers: Price. Offerors should address the following: ? PRICE: Vendors shall provide a total offered fixed price. Total Fixed Price Offer: $___________________ Offerors are allowed to submit up to a maximum of 3 pages of supplemental supporting information on their price; however this is not required. All pages after these pages, regardless of whether they are title pages, tables of content, etc., will not be evaluated. NOTE: All unit prices on the attachment must be filled in. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Any additional contract requirement(s) or terms and conditions: The Defense Priorities and Allocations System (DPAS) applies and the assigned rating for this requirement is DOC9. Offers are due by 2:00 p.m. EST on 06 September 2007. Facsimile and e-mail quotes are acceptable and preferred. Offers may be submitted by mail and forwarded to: Point of Contact: Pete Joyce DFAS Contract Services Directorate 3990 E. Broad Street Bldg. 21, Room 2B218 Columbus, OH 43213-1152 Phone Number: 614-693-1951 Fax Number: 614-693-1808 or 5674 e-mail address: Peter.Joyce@dfas.mil Furnish quotes to this POC on or before the closing time listed in this RFQ. WIDE AREA WORK FLOW APPLIES: 1. INVOICING/BILLING INSTRUCTIONS: DoD utilizes Wide Area Work Flow ? Receipt and Acceptance (WAWF-RA), an interactive, Internet-based application to electronically submit invoices for approval and payment. DCAA is in the process of implementing WAWF in the Agency. If the Agency is WAWF-enabled by the time of invoicing, all invoices will be paid using WAWF following the instructions listed in paragraph 1.1. WAWF Invoicing/Billing Instructions. If the Agency is still in the process of implementation, DCAA and the vendor will follow the instructions listed in 1.2 Electronic Invoicing Instructions. The vendor is required to call the COR prior to submitting an invoice in order to determine which payment process will be utilized for this effort. 1.1 WAWF INVOICING/BILLING INSTRUCTIONS: This contract contains DFAR clause 252.232-7003: Electronic Submission of Payment Requests (May 2006). As a result, and in an effort towards the Department?s electronic Commerce initiatives, you are required to submit invoices electronically via Wide Area Work Flow (WAWF). Contractors must ensure the following DoD Activity Address Codes (DoDAAC) are included on all invoices submitted for payment under this contract: DCAA Address for Inspection: Inspector/Acceptor DoDAAC is HAA23T. DCAA Address for Acceptance/LPO: LPO DoDAAC is HAA23H. DCAA Payment Office: DoDAAC is HQ0131. DCAA Contract Issuing Office: DoDAAC is HQ0423. DCAA Contract Administration Office: DoDAAC is HQ0423. Vendor CAGE Code: TBD. Invoices shall be submitted as a 2-in-1 or Combo invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil. When the 2-in-1 or Combo invoice is received, via WAWF, the COR/GPOC will review the document and, if it is correct, accept it electronically and forward it for payment; OR, The Inspector/Acceptor will review the document and, if it is correct, accept it electronically and forward it to the Local Processing Official (LPO) for certification and payment. DCAA Invoice Point of Contact: Same as COR. The contractor is required to submit invoices to the Contracting Officer?s Representative (COR) listed above for certification prior to payment. Vendor is to ensure that the COMPLETE delivery order or contract number is on EACH invoice. DCAA Delivery Point of Contact: Same as COR. 1.2 ELECTRONIC INVOICING/BILLING INSTRUCTIONS: Payment shall be made by EFT. The payment office is as follows: DFAS-Columbus Center ATTN: DFAS-CO-LC P.O. Box 369016 Columbus, OH 43236-9016 The contractor is required to submit invoices to the Contracting Officer?s Representative, listed above, for certification of acceptance prior to payment. Vendor is to ensure that the COMPLETE contract and/or delivery order number is on EACH invoice. Upon cerification, the invoice will be forwarded for payment by the Contracting Officer?s Representative to the payment office NOTE: Guidance regarding WAWF is available. There is a ?Getting Started Guide? for WAWF which can be accessed via the web at the following address: http://www.dod.mil/dfas/contractorpay/electroniccommerce/wideareaworkflow/ This guide will provide step by step instructions to walk you through the registration process and get you ready for the DFAS free on-line computer based training. You can take this training class by logging on to www.wawftraining.com and walking through tutorials on using the system. Functional and technical information on this system is available at the following website: http://www.dod.muil/dfas/. Select Vendor Pay and Electronic Commerce.
- Place of Performance
- Address: DCAA Ft. Belvoir, 8725 John J. Kingman Rd., Suite 2135, Ft. Belvoir, VA 22060-6219
- Zip Code: 22060
- Country: UNITED STATES
- Zip Code: 22060
- Record
- SN01381861-W 20070824/070822222929 (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 |