Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2009 FBO #2889
SOLICITATION NOTICE

R -- NESDIS ACQUISITION SUPPORT SERVICES - Color Eval Rating Method

Notice Date
10/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NESDIS Acquisition Division, SSMC3 - Room 10100/OFA64, 1315 East West Highway, 10th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
DG133E-10-RQ-010A
 
Archive Date
10/31/2009
 
Point of Contact
Gregory L. Davies, Phone: 301-173-3478 x142
 
E-Mail Address
Greg.Davies@noaa.gov
(Greg.Davies@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Color Eval Rating Method The National Oceanic and Atmospheric Administration (NOAA) AGO, Satellite Programs Acquisition Division (SPAD) requires acquisition support services (approximately one FTE) for all aspects of the acquisition process, both pre and post award service activities. These services are determined to be commercial in nature. The anticipated award date is November 2009, with a start date in the month of December 2009. A labor hour contract is anticipated (may be awarded as a time and materials type contract). This action is 100% set aside for small business concerns. The NAICS code for this action is 561110 with a size standard of $7.0M. This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. This action is issued as a request for quote (RFQ). The solicitation number is DG133E-10-RQ-010A. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-37. This process is being conducted under the test procedures for the procurement of commercial items under the authority of FAR 13.5. The following is the required performance work statement for this requirement for contract specialist services: The scope of this work is comprised of the following performance categories, tasks, and activities: Evaluating procurement requests, which include Statements of Work, Performance Work Statements, Independent Government Cost Estimates, and funding documents. Contract specialist is expected to process all actions in the acquisition process cycle, cradle to grave, to include: 1. Generating Requests for Proposals (RFP's) and requests for quotations (RFQ's) and supporting documentation (e.g., option D & F's, justification for other than full and open competition, etc.) to include amendments for the approval of the Contracting Officer. 2. Analyzing proposals, which include conducting cost/price analysis and obtaining technical evaluations, and utilizing both to generate a recommendation to assist with negotiation preparations. 3. Prepare contractual documents, which include contracts, delivery orders, task orders, purchase orders, and modifications. 4. Establishing and maintaining contract files, which includes the preparation of any required supporting documentation such as memorandums to the file, determination and finding documents, and data entry forms. 5. Coordinating with the Contracting Officer's Technical Representative (COTR) and conducting fact-finding relating to contractual issues. 6. Performing the initial evaluation of modification requests from the Contractor or Government technical personnel. 7. Performing evaluation of invoices to ensure compliance with contract amount(s). 8. Tracking the status, value, funding, and payments made on assigned contracts awarded by the acquisition staff, and any other administrative matters requiring tracking as determined by the Contracting Officer. 9. Collecting, organizing, analyzing, and presenting data necessary for the Contracting Officer to respond to requests for information (i.e., report generation, Freedom of Information Act (FOIA's) or to address contractual issues as they may arise. 10. Contracting activities will be conducted using electronic tools and software, contract specialist will be required to process all action in NOAA's electronic systems. 11. Completing contract closeouts. The contractor designated to provide the support described above, shall possess: 1. Hands-on Experience with CACI's contract writing software, C-Buy. 2. Have a working knowledge of laws, regulations, and policies and procedures governing federal acquisition. 3. Have experience in Federal acquisitions and the procurement process. 4. College degree, with 24 business hours desired. 5. Ability to write detailed price negotiations and other contractual memoranda. Contractor employees performing services under this contract will be controlled, directed and supervised at all times by management personnel of the contractor. The contractor's management shall ensure that employees properly comply with the performance standards outlined in this statement of work and as required by the contracting officer or the contracting officer's representative (COR). Contractor employees will perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of completed work and tasks. The period of performance shall be an initial twelve-month period from December 2009 to November 2010, and three twelve-month options to follow each year. The place of performance is NOAA's Satellite Programs Acquisition Division, Silver Spring Metro Center, MD 20910. Work will be performed up to 40 hours per week during normal business hours, Monday-Friday, excluding Federal holidays. An eight-hour workday is required, which includes core work hours of 9 am to 3 pm. Overtime is not expected to be required, but may be added by the contracting officer as required. This effort is not subject to SCA, as it is considered professional services. Workspace, computer, telephone and other electronic equipment as necessary will be provided, along with government-issued ID card and keys. Work under this contract is unclassified. The contractor shall comply with all applicable Department of Commerce security regulations and procedures during the performance of this task order. The contractor shall not disclose and must safeguard procurement sensitive information, computer systems and data, privacy act data, and Government personnel work products that are obtained or generated in the performance of this task order. If necessary, the contractor will be required to provide clearances for personnel requiring access to Government computers and workstations. The contractor may be required to travel to other locations in support of the tasks described in this statement of work. Prior to incurring any travel expenses, contractor personnel must obtain written authorization from the contracting officer or COR that approves approximate travel, dates, expected duration, origin and destination, purpose, estimated costs and the number and names of personnel traveling. Contractor expense reports shall be prepared and processed in accordance with the Federal Travel Regulation (FTR). Travel will be funded on a not-to-exceed basis and will be reimbursed based on costs incurred, subject to FTR limitations. The Government hereby provides NOTICE and Contractor hereby acknowledges RECEIPT that Government personnel observe the listed days as holidays: New Year's Day Martin Luther King's Birthday President's Day Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Inauguration Day (when applicable) In addition to the days designated as holidays, the Government observes the following days: Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by the President's Proclamation It is understood and agreed between Government and the Contractor that observance of such days by Government personnel shall not otherwise be a reason for an additional period of performance, or entitlement to compensation except as set forth within the contract. If a contractor believes that an unplanned absence impacted the price or period of performance they should notify the Contracting Officer of the changed condition and submit a claim for equitable adjustment (see FAR 52.233.1) Nothing in this clause abrogates the rights and responsibilities of the parties relating to "stop work" provisions as cited in other sections of this task order. The Contractor shall comply with the aforementioned Government holidays and any other day designated by Federal Statute, Executive Order, or Presidential proclamation, therefore, the Government offices are closed to the Contractor's staff on the day(s) these holidays are observed. In addition, work shall not be required of the Contractor when Federal employees are released from work early due to inclement weather conditions or emergencies or when Federal offices are closed due to inclement weather conditions or emergencies (status available at http://www.opm.gov/status/). The COR will notify the Contractor when early release of Federal employees has been authorized. A Contracting Officer's Representative (COR) will be identified for this contract. The COR will provide general instructions on limitations and deadlines, and is responsible for task definition, administration, and oversight of contract compliance to include inspection and acceptance of all service and other deliverables. Timely quote packages will be evaluated in accordance with FAR 52.212-2, Evaluation - Commercial Items. 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, price and other factors considered. Contracting Officer shall make a best value award decision based on the following evaluation factors: Proposals will be evaluated against the requirements of the RFQ and in accordance with the evaluation criteria set forth below to determine the Offeror's demonstrated ability to perform the services required. General statements such as "the vast resources of our nationwide company will be used to perform the services required by the Statement of Work" are not sufficient. The Offeror shall clearly address each element of the SOW. Any proposal failing to address all of the elements may be considered indicative of the Offeror's lack of understanding in response to the Government's requirements and may be considered unacceptable. Factor I. Technical Ability to Satisfy the SOW - all factors of the SOW must be addressed by the contractor. Factor II. Experience -The Offeror must demonstrate hands-on experience with CACI's C-Buy procurement software tool. Experience with C-Buy system must be at the journeyman level and must be recent experience (i.e., in the last 12 months). Experience with C-Buy is the most important and critical skill for the evaluation of this quote. Offerors must also demonstrate hands-on experience in federal procurement/acquisition, especially in creating solicitations, evaluations of bids and proposals, preparing all evaluations and files to support a contract award (FAR Parts 15, 12, and 13 desired), and contract administration(contract administration is the least desired skill). Factor III. Past Performance - Past performance will be evaluated based on information provided by the offeror as to actual performance of similar services to industry or government agencies (contractor format for past performance data is desired). Past performance will consider the reviews/ratings of other users who presently use or used offerors services. Offerors must include records of at least two recent contracts, within the last 3 years, and identify a point of contact for each by providing a name and telephone number. Failure to submit past performance information (or to address past performance) with your proposal will result in your proposal being made non responsive. Factor IV. Price. The government is not responsible for locating or securing any information that is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material necessary for the Government to determine whether the services meets the parameters of the SOW. Technical ability combined with past performance is significantly more important than price, and the contracting officer may make award to other than the lowest priced offeror. Proposals will be rated using the following color adjective ratings: Blue (exceeds), Green (acceptable), Yellow (marginal), Red (unacceptable). The Government reserves the right to make an award without discussions. Offerors shall complete their annual representations and certification at http://orca.bpn.gov and complete paragraph (b) of 52.212-3 or, if annual certifications not completed, complete and sign paragraph (c) through (m) of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (FEB 2009) with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (OCT 2008), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restriction on Subcontractor Sales to the Government (SEPT 2006); FAR 52.219-6, Notice of Total Small Business Set Aside; FAR 52.204-7 Central Contractor Registration; FAR 52.219.8; Utilization of Small Business Concerns (MAY 2004); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEPT 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-19, Child Labor-Cooperation with Authorities (FEB 2008); FAR 52.232-33, Payment by Electronic Funds Transfer (OCT 2003), Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. The following Commerce Acquisition Regulation (CAR) clauses will be incorporated, either by full text or by reference, to any resultant NOAA contract, purchase, or delivery/task order: CAR 1352.216-70 Contract Type, will reflect T&M contract type (MAR 2000); CAR 1352.216-73 Ceiling Price (MAR 2000); CAR 1352.228-70 Insurance Coverage (MAR 2000); CAR 1352.2228-71 Deductibles Under Required Insurance Coverage (MAR 2000); CAR 1352.231-70 Duplication of Effort (MAR 2000); CAR 1352.246-70 Inspection/Acceptance, will be on-site in Silver Spring offices of NOAA; Contracting Officer's Authority (MAR 2000); CAR 1352.201-71 Contracting Officer's Technical Representative (COTR) (FEB 2005); CAR 1352.208-70 Printing (MAR 2000); CAR 1352.209-72 Restrictions Against Disclosure (MAR 2000); CAR 1352.209-73 Compliance with the Laws (MAR 2000); CAR 1352.233-70 Harmless from Liability (MAR 2000); CAR 1352.239-74 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Department of Commerce Site or IT Systems (December 2006); CAR 1352.239-73 Security Requirements for Information Technology Resources (October 2006); CAR 1352.252-70 Regulatory Notice (MAR 2000). Commerce Acquisition Regulation clauses and provisions can be obtained at http://oamweb.osec.doc.gov As options are planned as part of this procurement, the following options clauses are incorporated into the solicitation and will be included in the award as well as other FAR clauses: FAR 52.217-5, Evaluation of Options (Jul 1990); FAR 52.217-8, Option to Extend Services (Nov 1999), Fill in will state: "at any time prior to expiration of the contract;" FAR 52.217-9 Option to Extend the term of the Contracts (Mar 2000), Fill ins will state: "at any time prior to expiration of the contract;" FAR 52-237-3, Continuity of Services (Jan 1991); FAR 525-232-7, Payments Under T&M and Labor Hour Contracts (Feb 2007); FAR 52.243-3, Changes T&M or Labor Hours, this clause in effect in lieu of para. (c) of 52-212-4; FAR 52.246-6 Inspection T&M and Labor Hour, this clause in effect in lieu of para. (a) of 52-212-4. Submittals & price quotes are due at 1600 EST, October 29, 2009, via email (or sealed mailing envelope) to greg.davies@noaa.gov, the contracting officer. Offerors must cite the solicitation number in the subject line. Packages received after this date and time will be considered non-responsive. The mailing address for the contracting officer is NOAA/SPAD, SSMC3, Room 10100, Contracting Directorate, Silver Spring, MD 21009. No phone calls, please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NESMD/DG133E-10-RQ-010A/listing.html)
 
Place of Performance
Address: SSMC3, Room 10100, Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN01988871-W 20091022/091020235648-fb4caed621e68492438ba688dd0eee80 (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.