Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2008 FBO #2390
SOLICITATION NOTICE

D -- Consolidated Web Content Management Services

Notice Date
6/10/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11545 Rockville Pike, Rockville, Maryland, 20852-2738
 
ZIP Code
20852-2738
 
Solicitation Number
RS-33-08-357
 
Archive Date
7/25/2008
 
Point of Contact
Barbara D. Meehan, Phone: (301) 415-8024, Barbara D. Meehan, Phone: 301-415-8024
 
E-Mail Address
Barbara.Meehan@nrc.gov, Barbara.Meehan@nrc.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format found in FAR subpart 12.6 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERICAL ITEMS—as supplemented with additional information included in this notice. This synopsis constitutes the only solicitation, as quotes are being requested at this time and a written hard-copy of the solicitation will not be issued. This solicitation is a Request for Quotation (RFQ) and is being issued using simplified acquisition procedures. The solicitation document and incorporated provisions and clause are those in effect through Federal Acquisition Circular 05-16. The North American Industry Classification System (NAICS) Code for this procurement is 541990 with a small business size standard of $6.5 million. However, this acquisition is unrestricted and all interested offerors may submit a quote. The Nuclear Regulator Commission requires leased access to Contractor hardware and software services to host the development and production environments to manage the NRC Public Web Site (http://www.nrc.gov). These hosted environments shall reside outside the NRC infrastructure. The hosted production environment shall be the source of content for the Akamai-hosted NRC Public Web Site. THE STATEMENT OF WORK, “CONSOLIDATED WEB CONTENT MANAGEMENT SERVICES”, SECURITY PROVISIONS, AND COST SCHEDULE ARE ATTACHED TO THIS SYNOPSIS. All interested Contractors shall provide a firm-fixed-price quote for the following line items: (see attached price schedule) The period of performance is a base year and two option years, effective on the date of award. TECHNICAL EVALUATION: Award shall be made to the quoter whose quote offers the best value to the government. The Government will evaluate information based on the following evaluation criteria: (1) Personnel Qualifications, Experience, and Availability (25 points out of 100), (2)Technical and Management Approach (40 points out of 100), and (3) Past Corporate Performance (35 points out of 100). 1. Personnel Qualifications, Experience, and Availability shall demonstrate the extent to which the offeror addresses personnel qualifications including related education, experience, and training as it relates to the following designated key positions: (1) Project Manager. Certification by the Project Management Institute is preferred. Should have experience overseeing successful projects of similar size and scope. Alternate experience or credentials will be considered. (2) Technical Lead. Substantial experience overseeing Web site technical implementation services on hosted networks is preferred. Specific experience in implementing sites for clients with similar complexity as the NRC’s Public Web Site on the offeror’s proposed solution is expected. (3) Senior Trainer. Substantial experience training government or commercial clients in hosted site interactions is preferred. Specific experience in training clients on the offeror’s proposed solution is expected. If the offeror plans to subcontract any of the work to be performed, list the proposed subcontractors by name. Provide a detailed description of the work to be performed by the subcontractor, and identify any key personnel provided by the subcontractor. If the offeror plans to obtain consultant services, explain the need for such services. List the proposed consultants by name, describe the work they will perform under this contract, and include their past related work experience. Individuals who are employees of the contractor, or of the U.S. Government, are prohibited from being paid as a consultant under this contract. Resumes shall be included for key personnel identified above and for any subcontractor/consultant/team partner personnel, if known. 2. Technical and Management Approach shall demonstrate the extent to which the offeror’s quote demonstrates knowledge and experience necessary to provide the services listed in Section 8, “Required Services,” of the Statement of Work. 3. Past Corporate Performance shall demonstrate the extent to which the offeror’s proposal demonstrates successful past performance on contracts of similar size and scope within the past five (5) years. This shall be done by describing current and past work of a substantially similar or identical nature in such a manner that an evaluation can be made of the performance history and relevance of this experience to the requirements of the solicitation. The offeror shall provide the information requested using the format specified below. Each contract reference shall include: (a) contract or purchase order number; (b) name and address of firm or government agency; (c) point of contact; (d) contracting officer; (e) current telephone number; (f) technical representative name; (g) technical representative telephone number and e-mail address; (h) estimated value of contract; (i) date contract awarded; (j) period of performance of the contract (including extensions); (k) outline of how the contract effort is substantially similar or identical in nature to the NRC’s requirement, with a brief technical description sufficient to permit ready assessment of the described project’s relevancy to the NRC’s requirement. It is not sufficient to simply note that it is similar in magnitude and scope. PROVISIONS AND CLAUSES The full text of FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instruction to Offerors – Commercial Items 52.212-3, Offeror Representations and Certifications – Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications – Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. The following clauses apply to this acquisition: 52.204–7, Central Contractor Registration 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.222-3, Convict Labor. 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.225-1, Buy American Act--Supplies (June 2003) (41 U.S.C. 10a-10d). This is an Open-Market combined Synopsis/solicitation for services as defined herein. The government intends to award a Contract as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth within. REQUIRED SUBMISSIONS All quoters shall submit the following: (1)an original and one copy of a quotation which addresses all line items; (2)an original and one copy of the technical description and/or product literature as further defined under technical capability herein; (3)an original and one copy of the most recent published price list(s); (4)a subcontracting plan for small business and small disadvantaged business concerns, in accordance with FAR 52.219-9. The NRC intends to award without discussions. However, the Agency may hold discussions and request revised quotes, if necessary. All questions concerning this request for quotes shall be submitted to the Contract Specialist in writing by e-mail to Barbara.Meehan@NRC.GOV, no later than 2:00 p.m. local time on June 23, 2008. Offerors are advised that the closing date will not be extended for the purpose of responding to questions received after that date. TIMELY RECEIPT OF QUOTES: Your quote must be received by the date and time indicated below. Quotes sent through the U.S. Postal Service must be addressed to the U.S. Nuclear Regulatory Commission, Division of Contracts, Mail Stop TBMP-01-13-10M, Washington, DC 20555. The RFQ No. RS-33-08-357 must be clearly written on the outside of the sealed envelope or package containing your quote. All hand-carried quotes including those delivered by private delivery services (e.g., Federal Express and Airborne Express) must be delivered to the loading dock security station located at 11555 Rockville Pike, Rockville, Maryland 20852. NRC is a secure facility with perimeter access-control and NRC personnel are only available to receive hand-carried quotes during normal working hours, 7:30 AM - 3:30 PM, Monday through Friday, excluding Federal Holidays. Firms who wish to be considered must submit one original and one (1) copies of their quote; technical and cost, on company letterhead. All quotes are due by 2:00 PM, Eastern Standard Time, on July 10, 2008 to the attention of Barbara Meehan, Contract Specialist, at the address listed above and by email to Barbara.Meehan@nrc.gov. EMAIL QUOTES SHALL BE ACCEPTED, HOWEVER FAX QUOTES WILL NOT.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=59ea150e2da6e4e5a4d4f05347468da1&tab=core&_cview=1)
 
Record
SN01590709-W 20080612/080610222412-bd66c160582a76f20b9a4c057d3cec99 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.