Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2011 FBO #3459
SOLICITATION NOTICE

D -- Program Loan Accounting System (PLAS) - (Draft)

Notice Date
5/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Agriculture, Farm Service Agency, Acquisition Management Division, Contracts Operations Branch, 1280 Maryland Avenue, SW, Portals Bldg., Room 508A, Washington, District of Columbia, 20250-0567
 
ZIP Code
20250-0567
 
Solicitation Number
AG-3151-S-11-0018
 
Archive Date
6/11/2011
 
Point of Contact
Jeffrey McRae, Phone: 2026904030, Billy Rowland, Phone: 202 720 9356
 
E-Mail Address
Jeffrey.Mcrae@wdc.usda.gov, billy.rowland@wdc.usda.gov
(Jeffrey.Mcrae@wdc.usda.gov, billy.rowland@wdc.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Package AG-3151-S-11-0018 for PLAS This is a combined synopsis/solicitation for commercial items (services) 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; proposals are being requested and a written solicitation will not be issued. Request for Proposals (RFP) AG-3151-S-11-0018 communicates the Government's requirement to prospective contractors and solicits proposals for a competitive Small Business Set-Aside acquisition with a preference being given to Women-Owned Small Business as follows: This acquisition is a competetive effort in accordance with FAR Part 19.5 Set-Aside for Small Business with a preference being given to Women-Owned Small Businesses, NAICS: 541511, Size Standard: $25.00 The objective of this requirement is to acquire contractor support for the United States Department of Agriculture Program Loan Accounting System (PLAS-CFLPIDS Investment 103). The Government anticipates the award of a Hybrid Labor Hour/Firm Fixed Price contract resulting from this RFP. The anticipated terms and conditions that will apply to the contract are set forth in the attached solicitation. Offerors proposals must include all of the information requested in the attached solicitation. To be considered for award, the Offeror shall submit a written proposal in accordance with the instructions included in the attached solicitation. THE OFFEROR IS EXPECTED TO EXAMINE THE ENTIRE RFP DOCUMENT AND ENSURE THAT THE PROPOSAL IS THE OFFEROR'S COMPLETE AND BEST OFFER UPON SUBMISSION. ANY EXCEPTIONS TO THE TECHNICAL AND PRICING REQUIREMENTS SHOULD BE NOTED AND BOLDED WITH YOUR PROPOSAL SUBMISSION. As award may be made without discussions, Offerors are not to expect or assume that opportunities to address any deficiencies, such as incomplete information, will be given. At the Government‘s discretion, award may be made without discussions. Therefore, the initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined by the Contracting Officer to be necessary. If award is made without conducting discussions, Offerors may be given the opportunity to clarify certain aspects of quotations or to resolve minor or clerical errors. Discussions may be needed if significant questions which may affect the award decision arise during evaluation. Evaluation of Proposals and Award Determination Evaluation Factors The Government shall use the following evaluation factors in determining the Best Value to the Government. 1. Technical Evaluation of the RFP Requirements 2. Past Performance 3. Price Evaluation (a) 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 Best Value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: TECHNICAL: The Offeror's proposal must address all aspects of the performance work statement, and must provide sufficient information to show that the offeror: • Has a clear understanding of the work to be performed; • Has the technical ability to comply with all aspects of the Performance Work Statement; • Has the resources and capacity to meet all deadlines and requirements, and submit quality work within the deliverables schedule provided; • Has the ability to consistently provide qualified personnel for the requirement. Please include resumes for key personnel proposed for this requirement in your submittal, as required by section H.4, Key Personnel, in the PWS/Contract Sections. PAST PERFORMANCE: • The Offeror must show that the past performance (at least 3 but no more than 5 with offeror being Prime in at least 1 of the references) demonstrates a solid, proven track record (within the last 5 years), for projects similar in scope and size, with demonstrated results as well as proven past performance in the areas outlined in the Performance Work Statement and required Deliverables. PRICE: • The Offeror shall provide a price proposal for the period of performance to include base plus options for all of the information shown in Schedule B of the RFP. • The Offeror shall provide a breakdown of all labor categories, rates and hours associated with proposed pricing. • The Offeror is not required to price travel as travel is not authorized. Technical and past performance, when combined, are approximately equal when compared to price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (c) The acquisition strategy is to conduct a competitive acquisition set aside for Small Businesses, with a preference being given to Women Owned Small Businesses, for a hybrid Fixed-Price and Labor-Hour contract, with a period of performance from July 1- September 30, 2015 including one 3 month base period and four 12 month option periods. Award will be made to the best value proposal with consideration given to the preference to Women-Owned Small Business, which is determined to be the most beneficial to the Government wherein the Government is more concerned with obtaining superior technical performance or reduced risk than in making an award at the lowest overall cost to the Government. Any questions concerning this RFP shall be submitted to the Contractor Support Staff via email to: Jeffrey.Mcrae@wdc.usda.gov and received by 10:00 am Eastern Standard Time (EST) on May 19, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSA/MSD/AG-3151-S-11-0018/listing.html)
 
Place of Performance
Address: 4300 Goodfellow Blvd., Saint Louis, Missouri, 63120, United States
Zip Code: 63120
 
Record
SN02447658-W 20110515/110513234647-ed71de0ed9011f9c7c5998d883933514 (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.