Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2009 FBO #2878
SOLICITATION NOTICE

R -- Genealogy Services

Notice Date
10/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561611 — Investigation Services
 
Contracting Office
M00264 MARINE CORPS RCO - NATIONAL CAPITAL REGION 2010 Henderson Rd Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M0026410T0001
 
Response Due
10/28/2009
 
Archive Date
10/29/2009
 
Point of Contact
Ms. Jerri Newton 703-432-1086
 
Small Business Set-Aside
Total Small Business
 
Description
Genealogy Services Combined Synopsis/solicitation: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subparts 12.6 and 13.5, 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.(ii) Solicitation # M00264-10-T-0001 is being issued as a Request For Quote (RFQ).(iii) Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 effective September 10, 2009.(iv) This is a 100% small business set-aside under NAICS code 561611 and small business size standard $12.5M.(v) Contract Line Item Numbers (CLINS): 0001 - FFP - Genealogy Services - Base YearApproximately 65 cases per yearPeriod of Performance: 1 April 2010 - 31 March 2011 1001 - Genealogy Services - Option Year 1Approximately 65 cases per yearPeriod of Performance: 1 April 2011 - 31 March 2012 2001 - Genealogy Services - Option Year 2Approximately 65 cases per yearPeriod of Performance: 1 April 2012 - 31 March 2013 3001 - Genealogy Services - Option Year 3Approximately 65 cases per yearPeriod of Performance: 1 April 2013 - 31 March 2014 4001 - Genealogy Services - Option Year 4Approximately 65 cases per yearPeriod of Performance: 1 April 2014 - 31 March 2015 (vi) Requirement Description: See attached Performance Work Statement(PWS).(vii) Date of Delivery: See CLINs Period of Performance. (viii) The provisions at 52.212-1, Instructions to Offerors - Commercial (June 2008), applies to this acquisition. Addenda to provision 52.212-1:All offerors shall ensure that their submission is limited to no more than 30-pages in total and includes, at a minimum, the following information in response to this RFQ: a.SF1449 (See FAR 52.212-1 - Instructions to Offerors, above)b.Reps and Certs (See FAR 52.212-3 - Offeror Reps & Certs, below)c.Cover Letter, Table of Contents, Technical Narrative, Past Performance; andd.Price for all CLINs for the Base and Option Years Cover Letter: The offeror shall include a cover letter with the name, title and address of the company; name and title of the individual representing the offer; and any amplifying verbiage supporting the offer: This shall not exceed 1-page. Table of Contents: The offeror shall provide a table of contents conforming to the section of their quote. This shall not exceed 1-page. Technical narrative: See Technical Capability Factor. This shall not exceed 15- pages. Past Performance: See Past Performance Factor. This shall not exceed 3-pages. Pricing information shall not exceed 3 pages. (ix) The provisions at 52.212-2, Evaluation - Commercial Items (Jan 1999) apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous and offer the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Capability Factor - The Government will evaluate how well each proposal documents an in-depth understanding of the Marine Corps' process and procedures for locating maternal relatives of Marines unaccounted for from past conflicts; experience/depth of program knowledge in Department of Defense (DoD) policy for locating maternal who are eligible mitochondrial. Family Reference Sample donors; and, requisite skills in successfully locating family members of Marines unaccounted for from past conflicts with no more than a 10% return rate. Contractor must demonstrate a high level of knowledge of DoD POW/MIA matters, policies, and procedures. POW/MIA matters include, but are not limited to, the Family Reference Sample collection process and Department of Defense Instruction (DoDI) 1300.18, Personnel Casualty Matters, Policies, and Procedures. 2. Past Performance Factor - The offeror shall provide a list of not more than three (3) projects/contracts/orders where the Offeror has successfully contracted for similar requirements in the past two (2) years. Relevant experience should include: (1) previous experience in working with the military in genealogical research of unaccounted for service members from past conflicts, and (2) forensic mitochondrial/nuclear DNA analysis. For each project/contract/order that meets the description, the offeror shall provide the following information: Customer name (agency, bureau, private organization, etc), customer address, project/contract/order number, period of performance for project/contract/order, point of contact including address, phone number, and email address, and type of service delivered. Available data on all contractors submitting quotes will be reviewed and evaluated. Elements considered will include, but not be limited to, the timeliness of deliverables, quality of deliverables, and adequacy of administrative reporting. Offerors with no past performance will be rated "neutral". 3. Price - Offerors shall provide a total firm fixed price (FFP) for each CLIN. The sum of all the CLINs for the base plus option periods shall represent the total price to the Government. Note: Technical and past performance, when combined, is significantly more important than price. The Government may determine that a superior solution/approach merits a higher price, and therefore represents the best value to the Government. The Government may award to other than the lowest priced Offeror, or other than the Offeror with the highest non-price rating. (x) Offeror's shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial items, with its offer.(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.(xii) The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executives Orders - Commercial items and DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses included (checked): 52.203-3, Gratuities (Apr 1984); 52.219-6, notice of Total Small Business Set-Aside (June 2003)(15 U.S.C.644); 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637 (d)(2) and (3)); 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)); 52.222-3, convict Labor (JUNE 2003) (E.O. 11246); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126); 52.222-26, Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007) (E.O 11246); 52.232-33, Payment by Electronic funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332); 252.232-7003, Electronic submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227).(xiii) There are no additional requirements for this contract. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating do not apply to this RFQ.(xv) Quotes must be submitted/received no later than 10:00AM, 28 October 2009, EST.(xvi) Quotes should be emailed to the Regional Contracting Office-National Capital Region: QUANTICO.RCONCR.B.FCT@USMC.MIL and to Ms. Jerri Newton: Jerri.Newton@usmc.mil. PLEASE NOTE: Your subject line must read "Genealogy Services RFQ M00264-10-T-0001 from "contractor name."Due to restrictions on the size of email, ensure that all emails submitted are less than 5MB. If the proposal exceeds 5MB, please separate the submission into multiple emails and include in the subject line the RFQ# and # of # emails. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this RFQ. Questions Due Date and Time: Questions concerning this RFQ shall be due to the contracting office no later than 10:00AM, 22 October 2009, EST. All questions shall be submitted electronically (via email) to Jerri.Newton@usmc.mil and QUANTICO.RCONCR.B.FCT@USMC.MIL. Questions and Answers will be posted on NECO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M0026410T0001/listing.html)
 
Record
SN01983798-W 20091011/091009235159-368c2fdac334d36fc47ce0e796137cf7 (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.