Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2009 FBO #2822
SOLICITATION NOTICE

D -- Section 508- Accessibility Consulting, Compliance Testing, Implementation, and Training - RFP 13241-09

Notice Date
8/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
General Services Administration, Office of the Chief Information Officer (I), OCI, 1800 F Street, Room 3211, Washington, District of Columbia, 20405
 
ZIP Code
20405
 
Solicitation Number
RFP1324109
 
Archive Date
9/26/2009
 
Point of Contact
Teresa Blake, Phone: 2022085595
 
E-Mail Address
teresa.blake@gsa.gov
(teresa.blake@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination WD05-2103 (Rev.-8), was first posted on www.dol.gov on 06/02/2009. Request for Proposal 13241-09 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued.The resultant blanket purchase agreement (BPA) will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-34. This solicitation, RFP 13241-09, is issued as a Request for Proposal (RFP). The North American Industry Classification System (NAICS) code for this acquisition is 541512. The small business size standard is $25M. This is a 100% small business set-aside. This Request for Proposal (RFP) will result in a competitively awarded Blanket Purchase Agreement (BPA) for support in achieving compliance with the statutory requirements of Section 508 of the Rehabilitation Act, for access to electronic and information technology (E&IT) to persons with disabilities. GSA requires that its websites, applications, documents, forms, records and other E&IT be Section 508 compliant. It also seeks to improve the usability of electronic and information technology (IT) solutions. GSA contemplates establishing one (1) BPA to the contractor whose proposal represents the best value to the Government. The term of this BPA will remain in effect from the date of award for one base year. The BPA will contain two one year option periods extending the term of the BPA for a potential total period of performance of three years. The establishment of the BPA does not guarantee the award of any task orders. The task orders issued under the BPA may be Firm, Fixed-Price, or Time and Material and may be performance-based depending on the nature of the individual requirement. See attached RFP for detailed description of services to be provided. Contractors will submit firm, fixed price labor categories and services that may be ordered for the duration of the BPA, to include all proposed labor category descriptions, education and experience levels, and any anticipated direct or indirect costs. Travel may be required on individual task orders issued under the BPAs. Travel will be addressed at the task order level. Actual travel expenses are limited by the Joint Travel Regulations. GSA does not provide reimbursement for local travel expenses (e.g., mileage, parking, metro, etc.) to, from, or at any work site. PROVISIONS AND CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.203-6 [Restrictions on Subcontractor Sales to the Government, Alternate I], FAR 52.204-4 [Printing/Copying Double-Sided on Recycled Paper], FAR 52.204-6 [Data Universal Numbering System (DUNS) Number], FAR 52.204-7 [Central Contractor Registration], FAR 52.204-9 [Personal Identity Verification of Contractor Personnel], FAR 52.219-6 [Notice of Total Small Business Set-Aside], FAR 52.219-8 [Utilization of Small Business Concerns], FAR 52.219-14 [Limitations on Subcontracting], FAR 52.222-26 [Equal Opportunity], FAR 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans], FAR 52.222-36 36 [Affirmative Action for Workers with Disabilities], FAR 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans], FAR 52.222-54 [Employment Eligibility Verification], FAR 52.225-1 [Buy American Act – Supplies], FAR 52.225-3 [Buy America Act- Free Trade Agreements- Israeli Trade Act], FAR 52.225-13 [Restrictions on Certain Foreign Purchases], FAR 52.232-33 [Payment by Electronic Funds Transfer -- Central Contractor Registration], FAR 52.233-4 [Applicable Law for Breach of Contract Claim], FAR 52.239-1 [Privacy or Security Safeguards], FAR 52.222-41 [Service Contract Act of 1965], FAR 52.222-43 [Fair Labor Standards Act and Services Contract Act- Price Adjustment (Multiple Years and Option Contracts)], FAR 52.222-53 [Exemption from Application of the Service Contract Act to Contracts for Certain Services- Certification]. The following GSAM clauses cited are applicable: 552.203-71 [Restricting on Advertising], 552.215-70 [Examination of Records by GSA], 552.228-70 [Workers’ Compensation Laws], 552.232-78 [Payment Information], 552.252-6 [Authorized Deviations in Clauses (Deviation FAR 52.252-6)] The above clauses and provisions are incorporated by reference and apply to this acquisition. PROPOSAL AND SUBMISSION INSTRUCTIONS: In response to this RFP, Offeror must prepare and deliver technical and price proposals that will be evaluated to determine the “Best Value” proposal. See attached RFP 13241-09 for detailed technical and price proposal instructions and evaluation factors. Technical and price proposals are due by Friday, September 11, 2009, 3:00 P.M., Eastern Time. Proposals shall be submitted electronically to: Teresa Blake GSA, OCIO, Room 3227 1800 F Street, NW Washington, DC 20405 teresa.blake@gsa.gov Electronic submissions by email are preferable, but delivery on CD is acceptable. Hard copy submissions will be accepted only if electronic submission is not feasible. Electronic submissions must be compatible with MS Office 2003. Regardless of the method used, Technical and Price Proposals, and all supporting documentation, must be submitted so that receipt by Teresa Blake is no later than the date and time specified. All questions must be submitted in writing via email to Teresa Blake no later than Monday, August 24, 2009 at 3:00 p.m. (ET), to ensure a response. All questions must be in writing and NO QUESTIONS WILL BE ACCEPTED BY TELEPHONE. See attached RFP 13241-09 for detailed technical and price proposal instructions and evaluation factors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/OCIO/OCI/RFP1324109 /listing.html)
 
Place of Performance
Address: Work shall be performed at the Contractor or Government facility, as necessary, and as specified in the task orders. Work will predominately be performed within the Washington DC Metropolitan area., United States
 
Record
SN01912975-W 20090816/090815003402-8c9f5b9a895a57a3cd955c1eb1b7dbc9 (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.