Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2009 FBO #2760
SOLICITATION NOTICE

R -- Contractor shall provide professional services in creating spreadsheets on NPS vehicles based on GSA requirements for implementation of the American Reinvestment and Recovery Act (ARRA) Motor Vehicle Replacement Plan.

Notice Date
6/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, WASO - WCP - Denver Contracting & Procurement 7333 W. Jefferson Avenue Lakewood CO 80235
 
ZIP Code
80235
 
Solicitation Number
Q0026090025
 
Response Due
6/19/2009
 
Archive Date
6/15/2010
 
Point of Contact
Mary A. Ray Contracting Officer 3039876719 Mary_Ray@nps.gov;<br />
 
E-Mail Address
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
A. INSTRUCTIONS TO OFFERORS 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: QUOTES are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED.This solicitiation includes the provisions and clauses of the Federal Acquisition Requlations (FAR) in effect through Federal Acquisition Circular 2005-23, 12/26/07. This request is being issued as a Request for Quotation (RFQ) #Q0026090025 for Professional Services. This solicitiation includes the provisions and clauses of the Federal Acquisition Requlations (FAR) in effect through Federal Acquisition Circular 2005-23, 12/26/07. The FAR is accessible at http://www.arnet.gov/far. This solicitation is set aside for 100% small business. The NAICS code is 541990 with a size standard of $6.5 million dollars. B. STATEMENT OF WORK I.SCOPE OF WORK: The Property Management Manager has identified the requirements for developing an excel spreadsheets for motor vehicle replacement requests based on the General Services Administration (GSA) requirements for implementation of the American Reinvestment and Recovery Act (ARRA) Motor Vehicle Replacement Plan. The strategy is to balance energy efficiency goals with the need to expedite fuel-efficient vehicle procurement, to maximum economic benefit for the auto industry and the economy as a whole. Work shall include the following: "Assist the Property Management Program Manager with developing an excel spreadsheets for motor vehicle replacement requests"Collecting motor vehicle data and information from 7 regions and approximately 370 parks"Conducting analysis of NPS motor vehicles needing to be replaced."Uploading vehicle registration information into the GSA Vehicle Registration System for approximately 11,000 vehicles."Coordinating with 7 regions and approximately 370 parks in order to meet critical/short deadline"Ensure that each region/park addresses each vehicle identified for possible replacement by GSA. "The contractor will also be required to perform system maintenance and backup support for the following systems (1) Central Supply System, (2) Property Management Survey System, and the Fleet Management Justification System. II. TIME FOR COMPLETION: All work including the Review and Approval shall be completed by September 30, 2009 III. REVIEW AND APPROVAL: The Office of Property and Space Management shall notify the Contractor, in writing, of approval or rejection of all work within five working days after receipt, citing any additions, corrections, or suggestions required. Any additions or corrections shall be completed and submitted to the Government within five working days. In the event the Government delays comments beyond the period specified, the Contractor will be entitled to a day-to-day extension in the final completion date. C. EVALUATION 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, technical, price and other factors considered. The following factors shall be used to evaluate offers: A. Technical Capability:Ability to provide resources in order to assist NPS in developing a strategy to balance energy efficiency goals with the need to expedite fuel-efficient vehicle procurement, to maximum economic benefit for the auto industry and the economy as a whole. Knowledge of NPS fleet data system/information and Federal Managment Regulation 102-34.265-280 motor vehicle replacement criteria is beneficial. The proposal must demonstrate a complete understanding of the requirement and clear awareness of the contract objectives. Proposal must demonstrate that the offeror is highly knowledgeable on the technical subject matter well enough to anticipate and avoid problems and to react appropriately when problems do arise. B. Past Performance - Offeror must provide Three (3) Past performance on similar service to include project number, contact name and phone number. C. Price Technical and past performance, when combined, are more important when compared to price. The following provisions are applicable: 52.212-1 Instruction to Offerors-Commercial, FAR 52.212-4 Contract Terms and Conditions-Commercial Items. D. SUBMISSION OF QUOTE For consideration, you must submit the following information. Please provide the price quote separate from the technical quote.: 1. Price quote.2. Provide information each of the technical evaluation factors listed above under EVALUATION.3. Completed 52.212-3 Offeror Representations and Certifications-Commercial Items. (available at http://www.arnet.gov/far)4. Quote must include the company name, contact person, telephone and fax number and email address. QUOTES ARE DUE by 5:00 pm MST time on June 19, 2009. Quotes will be accepted by email to mary_ray@nps.gov. All vendors must be registered on the Central Contractor Registration (CCR) website at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q0026090025/listing.html)
 
Place of Performance
Address: Washington, DC<br />
Zip Code: 20005<br />
 
Record
SN01844544-W 20090617/090615234426-14623c046d02ca4231261b30bcc0215e (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.