Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2009 FBO #2788
MODIFICATION

R -- IT/IS Customer Satisfaction Survey and Industry Comparisons Non-Personal Services for NGA - Questions and Answers

Notice Date
7/13/2009
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, St Louis Contracting Center (ACSS), Attn: ACSS Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238
 
ZIP Code
63010-6238
 
Solicitation Number
HM1575-09-T-0011
 
Archive Date
7/31/2009
 
Point of Contact
Fleurelle Y Humphrey, Phone: 314-676-0183
 
E-Mail Address
fleurelle.y.humphrey@nga.mil
(fleurelle.y.humphrey@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions and Answers This is a combined synopsis/solicitation for commercial non personal services prepared in accordance with the format in FAR 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. The North American Industry Classification System (NAICS) code for this acquisition is 541519. The reference number for this Request for Quote (RFQ) is HM1575-09-T-0011. The National Geospatial Intelligence-Agency has a requirement for the purchase of NON PERSONAL services for four FTE's to plan/develop, execute and IT/IS customer satisfaction survey and then develop an IT/IS CS Action Plan in accordance with the attached Statement of Work. All responsible sources may submit a quote. The period of performance for this requirement is seventeen (17) weeks after receipt of award. The Places of Performance will be at REVISED both NGA Washington Navy Yard and the contractors' site. The vendor will be required to access TS/SCI material and networks as identified in the attached DD Form 254 - Contract Security Classification Specification. All vendor and subcontractor personnel must be US citizens No travel is indicated for this requirement. Delivery is FOB Destination. The Government reserves the right to cancel this solicitation, with no obligation to the vendor by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Vendors are required to submit a completed copy of FAR 52.212-3 Alt I, Offeror Representations and Certification--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, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-8 Utilizing Small Business Concerns, 52.219-28 Post Award Small Business Program Representation, 52.222-23, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50 Combating Trafficking in Persons, 52.222-54, Employment Eligibility Verification, 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.239-1 Privacy or Security Safeguards. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials, DFARS 252.225-7012, Preference for Certain Domestic Commodities, Gratuities; DFARS; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea, 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.203-7002, Requirements to Inform Employees of Whistleblower Rights. Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of Commercial Items. Attachments are Statement of Work and the DD Form 254 - Contract Security Classification Specification. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. REVISED: All offers are due to this agency no later than 1:00pm Central Daylight Time, 16 Jul 2009. REVISED Questions and Answers are provided at attachment. Send all offers/questions to Fleurelle Humphrey via e-mail at fleurelle.y.humphrey@nga.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/HM1575-09-T-0011/listing.html)
 
Place of Performance
Address: Both the contractors site and NGA Washington Navy Yard. The attached DD form 254 must be filled out and returned with the quote., Washington, District of Columbia, 20303-0001, United States
Zip Code: 20303-0001
 
Record
SN01872891-W 20090715/090713234934-aed66ea4ebe30667e5f9271eeaefa68c (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.