SOLICITATION NOTICE
R -- IT Consultant (NIGC - Sacramento, CA)
- Notice Date
- 1/16/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- US Dept of the Interior - National Business Center Acquisition Services Division, DC Branch 1849 C Street NW, MS 1324 Washington DC 20240
- ZIP Code
- 20240
- Solicitation Number
- NBCW8Z00477
- Response Due
- 1/25/2008
- Archive Date
- 1/15/2009
- Point of Contact
- Lauren Kunze Contract Specialist 2022083107 Lauren_C_Kunze@nbc.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.603, as supplemented with the format included in this notice and following the Simplified Acquisition Procedures of FAR part 13.5. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The US Department of Interior, National Business Center (NBC) is issuing this solicitation as a Request for Quote (RFQ) on behalf of the National Indian Gaming Commission. See Statement of Work Below. THIS IS A 100% SET-ASIDE FOR SMALL BUSINESS. The NAICS code is 541513 and the Product Service Code is: R301. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-21. SPECIAL QUOTE INSTRUCTIONS: 52.212-01 Instructions to Offerors - Commercial Items, 52.212-02 Evaluation - Commercial Items, 52.212-03 Offeror Representations & Certifications - Commercial Items, 52.212-4 Contract Terms & Conditions - Commercial Items, 52.212-5 Contract Terms & Conditions Required to Implement Statutes or Executive Orders - Commercial Items Please note that offerors MUST be certified in ORCA (http://orca.bpn.gov) and CCR (http:www.ccr.gov). The resultant contract will be a Time-and-Materials type. CLOSING DATE: JANUARY 25, 2008 at 3:00 PM EST Offerors must submit their quotes containing the hourly rate, overall price, resume of proposed candidate(s) with relevant experience, as well as business info including DUNS, Tax ID Number (TIN), etc. via email to Lauren Kunze at lauren_c_kunze@nbc.gov . If you have questions regarding this solicitation, please submit your inquiries immediately via email only, NO LATER THAN January 22, 2008 at 4:00 PM EST. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors. STATEMENT OF WORK: NIGC Regional Office Computer Consulting 1.0 Introduction The National Indian Gaming Commission (NIGC) requires the services of a contractor to provide onsite support of the networked personal computers and associated network gear and peripheral equipment at the Sacramento Regional Office of the NIGC. 2.0 Objectives The purpose of this project is to provide onsite computer support at the NIGC Regional offices where no NIGC IT staff are stationed. Business Objectives: * To better manage and control the computer equipment at the NIGC Regional Offices. * To increase Regional Office employee productivity and improve quality of computer user customer service. 3.0 Background The mission of the NIGC is to ensure the integrity of gaming activities on Indian lands and to make certain that tribes are the primary beneficiaries of these gaming activities. The NIGC employs approximately 100 full-time employees-60 at headquarters (Washington, D.C.) and the remaining in regional, satellite, and home offices located throughout the United States. 4.0 Scope of the Work 4.1 The contractor shall create and deliver each of the following: * Apply critical OS and application security updates * Ensure that anti-virus software updates are current * Assist with repairs for laptop and desktop computer hardware and software that requires onsite attention * Assist with new hardware and software rollouts 5.0 Contract Type 5.1 This is a time and materials based contract. The Government estimates a level of effort of 5 hours per month, however vendors are encouraged to propose their own solution. 5.2 A portion of the level of effort will be a standing appointment each month, at a time mutually agreed upon by the NIGC and the Contractor. The remaining effort is for on-call work as the need for assistance arises. 5.3 Inspection/Acceptance is defined in accordance with FAR 52.212-4(a). 6.0 Place of Performance/Hours of Operation. The majority of the work to be performed will occur at the 801 I Street, Suite 489, Sacramento, CA 95814 office of the NIGC. The NIGC will provide space, although the Contractor will be responsible for providing its own equipment, including telephone and related services, and office supplies. There will be no travel associated with this award. Therefore, offerors should be limited to those within the local Sacramento commuting area. 7.0 Period of Performance The period of performance shall be for one Base Year and four one-year Option Years, from date of award. 8.0 Privacy Act Work on this project may require that personnel have access to Privacy Information. Contractor personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. All contractual staff working on this project will be required to sign NIGC confidentiality agreements. 9.0 Contractor Personnel 9.1 The Contractor shall provide a contract manager who will be responsible for the performance of the work. The name of this person, and an alternate who will act for the contractor when the manager is absent, shall be designated in writing to the Chief of Staff or Director of Administration of the NIGC. 9.2 The Contractor shall not employ any person who is an employee of the U.S. Government if employing that person would create a conflict of interest. Any such instance must be brought to the attention of the Contracting Officer, Chief of Staff, and Director of Administration of the NIGC prior to award of the contract. 9.3 Key personnel may not be removed from the task without the express approval of the Chief of Staff or Director of Administration of the NIGC. 9.4 At contract award, the Contractor shall provide a schedule of staff, their assignments, the length of those assignments, and when those assignments are to be performed to assist the Chief of Staff or Director of Administration of the NIGC in monitoring the project. If there are changes to the staff assignments, or the length of the assignments varies by three (3) or more workdays, the Contractor shall provide the Chief of Staff or Director of Administration of the NIGC with an updated schedule for their review and approval. 10.0 Payments and Acceptance of Work The Contractor may invoice for payment upon deliverable acceptance by the NIGC, no more than once monthly. 11.0 Security Requirements The Contractor shall hold information concerning NIGC employees and operations in the strictest of confidence. Disclosure of such information is permitted only to Contractor personnel working on this contract. The Contractor will abide by all NIGC security regulations, practices, and procedures and will only utilize United States citizens to perform work under this contract. All Contractor personnel shall be required to produce documentation of U.S. citizenship and shall be required to wear a contractor badge visible to all employees while on-site at the NIGC. These badges must be surrendered to the security desk at the conclusion of each day's work. 12.0 Coordination and Monitoring The Chief of Staff and Director of Administration of the NIGC shall monitor and coordinate performance under this contract. 13.0 Working Papers Working papers containing sensitive information, as determined by the Chief of Staff or Director of Administration of the NIGC, shall be returned to the Director of Administration of the NIGC upon request without the Contractor retaining copies. Papers and files may be returned in either hard copy or electronic form. 14.0 Confidentially Statement All work performed under this SOW is confidential and is not to be released to outside parties without written permission from the Chief of Staff or Director of Administration of the NIGC. All staff working on this contract will be required to sign a NIGC confidentiality agreement. 15.0 Contract Administration All questions pertaining to the work statement and related matters shall be submitted to the Chief of Staff or Director of Administration of the NIGC. NIGC staff will not be authorized to order or accept work beyond the scope of the contract or to obligate in any way additional work under or outside the contract. That authority is reserved strictly for the Contracting Officer, and must be issued via contract modification 16.0 Progress Reports The Contractor shall provide written (may be emailed) weekly progress reports by 5:00 p.m. EST on the last business day of the week to the Director of Administration of the NIGC. The report shall identify accomplishments during the reporting period, obstacles encountered, information/clarifications needed, and activities planned for the next week. The Contractor will be required to meet regularly (as defined by the Director of Administration of the NIGC) to discuss progress and other project-related issues. 17.0 Submission of Invoices 17.1 The Contractor will submit an original invoice to both: Director of Administration The National Indian Gaming Commission 1441 L Street, NW Washington, DC 20005 U.S. Department of the Interior National Business Center Attn: Finance D-2777 P O Box 272025 Denver, CO 80227-9025 17.2 To constitute a proper invoice, the invoice must include the following minimum information and/or attached documentation: * Name of business concern/letterhead; * Invoice date and separate/distinct number; * Contract and Task Order number; * Description of services and dates upon which services were rendered; * Payment terms; * Name, title, phone number and complete mailing address of responsible official to whom payment is to be sent or to contact in case of a defective invoice; * Total charges for the billing period. 18.0 Evaluation Criteria for Proposal * Technical Competency (70%): Ability to accurately perform the required analyses and work, then create and submit the deliverables required. Knowledge of network architecture similar to that used by the NIGC. * Past Performance (15%): Prior experience working with federal agencies on similar projects. Contractor shall provide contract information and current Point of Contact email address for three relevant awards (similar type/scope within the past three years). * Price (15%): Ability to provide services at a competitive cost with high quality results.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NB140101&objId=230673)
- Place of Performance
- Address: National Indian Gaming Commission Regional Office 801 I Street, Suite 489 Sacramento, CA 95814
- Zip Code: 95814
- Country: USA
- Zip Code: 95814
- Record
- SN01486893-W 20080118/080116225058 (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 |