Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2011 FBO #3483
SOLICITATION NOTICE

R -- U - Special Higher Education Program and Load for Service Program

Notice Date
6/6/2011
 
Notice Type
Presolicitation
 
Contracting Office
BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
 
ZIP Code
20191
 
Solicitation Number
A11PS00449
 
Response Due
6/24/2011
 
Archive Date
6/5/2012
 
Point of Contact
Tom Moomaw Senior Contract Specialist 7033906408 leo.moomaw@bia.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
U - Special Higher Education Program and Loan for Service Program Solicitation Number: A11PS00449 Notice Type: Combined Synopsis/Solicitation Notice: The Bureau of Indian Affairs (BIA) is soliciting services for the administration of the Special Higher Education Program (SHEP) and the Loan for Service Program (LFS). For decades, SHEP has provided congressionally mandated funding to provide in excess of one million dollars annually to cover both graduate level education and law degrees for American Indian and Alaskan Native students. This follows services performed by the American Indian Graduate Center, Albuquerque, NM under BIA contract number CBK00060001. The solicitation will be issued as a request for proposals (RFP) under solicitation number A11PS00449. The North American Industry Classification System (NAICS) code is 611710 which has a size standard of $7M to qualify as a small business. The contractor shall undertake efforts that include, but are not limited to: (1) administer the SHEP program; (2) administer the LFS program. The contractor shall propose an administrative fee (fixed rate percentage) to perform this work. The RFP containing the Statement of Work (SOW); along with applicable attachments are attached to this notice. It is BIA's intent to award one firm fixed price contract. This requirement will be solicited under full and open competition. The contract's period of performance shall be for a one year base period with four one-year option periods. It is anticipated that the solicitation release date will be on or after May 31, 2011, with a due date of June 24, 2011. The purpose of the FedBizOpps announcement is to notify potential offerors of this requirement. To streamline the procurement process, and to utilize the internet and electronic communications to the maximum extent possible, the RFP, any amendments, and other related items for this procurement will be posted at https://ideasec.nbc.gov/j2ee/login.jsp. Please continue to check this website for all further information regarding this procurement. Interested offerors are required to download the RFP and all related documents attached to this notice. Note: Offerors must only submit written electronic (email) questions during the proposal preparation period. Questions must be submitted by June 10th to allow BIA adequate time to prepare and post responses to all Offerors questions. All questions shall be directed to the Contracting Officer: Tom Moomaw at leo.moomaw@bia.gov. No printed copies of the RFP will be available; offerors must download these documents from this notice. Basis for Award The Government shall evaluate proposals for award based on a best value methodology. The award shall made on the basis of the lowest evaluated price of all proposals received meeting or exceeding the acceptability standards for technical evaluation factors i.e., specifications and delivery terms. The lowest priced proposal shall be based on the lowest total evaluated price received with option prices included. Award shall be made to the offeror(s) whose offer meets the Government's requirements and whose technical proposal and price represent the best value to the Government. Offerors are encouraged to offer discounted pricing. The Government shall evaluate the following technical factors: Factor 1- Technical Understanding Offerors will be evaluated on their technical understanding of the SOW presented in the written technical proposals. Offerors will be evaluated on their demonstrated understanding of the technical requirements implicit in each performance requirement. Offerors will be evaluated on their understanding of the importance and interrelationship of these requirements and how a well-planned and executed technical approach can achieve BIE's objectives in an efficient, timely, and cost-effective manner. Because multiple tasks may be in progress at any given time, offerors will be evaluated on how they address their firm's technical approach from this perspective rather than focusing on the approach for an individual task. In addition, offerors will be evaluated on their experience in resolving problems similar in nature to the ones expected to occur in the performance of this contract. Factor 2- Management Approach Offerors will be evaluated on their management approach information presented in the written technical proposals. Offerors will be evaluated on a demonstration of corporate ability to undertake and effectively manage the technical, personnel, and financial aspects of a technical contract of the magnitude and complexity similar to this contract's work requirements, so as to ensure effective, efficient, timely, and responsive support. Offerors will be evaluated on how they plan to effectively meet the requirements of the contract through the roles and responsibilities of their employees and team members; lines of authority and communication within the organization; and their ability to integrate the complex tasks of the SOW and oversee their concurrent implementation. Offerors will be evaluated on how they demonstrate their ability to resolve potential problems arising during contract performance and demonstrate their approach to maintaining a high degree of responsiveness to the periodic, unpredictable nature of activities associated with the SOW. Factor 3-Past Performance Offerors' past performance will be evaluated based on the information obtained by contacting the Offerors' supplied references and/or on other information obtained by the Government from other sources. Offerors will be evaluated on previous customer satisfaction in areas including quality of performance, technical knowledge, timeliness of performance, cost control, management approach, key personnel availability and participation in completing work, and overall satisfaction. Additionally, the Offerors will be evaluated on the relevance of their previous experience to the task areas of the SOW programs it supports. Offerors with no past performance history, whose past performance history is clearly not relevant, or for whom past performance data is not available, will not be evaluated favorably or unfavorably on past performance for those reasons. Every attempt will be made to ascertain meaningful past performance information on which the offeror's prior performance can be evaluated. Price The schedule contractor's proposed pricing will be evaluated for price reasonableness in accordance with FAR Subpart 15.4 and Part 31. The Government will evaluate price proposals for award purposes by adding the total price for all ordering periods. As the evaluation of proposals approaches equality, price becomes more important in making the award determination. In the event that two or more proposals are determined not to have any substantial technical differences (i.e. are technically equivalent), award may be made to the lower priced offer. It should be noted that award may be made to other than the lowest priced proposal if the Government determines that a price premium is warranted due to technical merit. The Government may also award to other than the highest technically rated proposal, if the Government determines that a price premium is not warranted. Proposal Submission Instructions All questions regarding this solicitation shall be in writing and emailed to leo.moomaw@bia.gov no later than 12:00 pm EST on Friday, June 10, 2011. Questions received after this time and date may not be considered. Proposals are due by 12:00 pm EST on Friday, June 24, 2011. Proposals shall be emailed (preferably in PDF format) to leo.moomaw@bia.gov Proposals shall be valid for a minimum of thirty (30) days after submission. Each offeror shall submit an electronic version of the technical and price proposal. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Offerors must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS00449/listing.html)
 
Place of Performance
Address: TBD
Zip Code: 73102
 
Record
SN02465367-W 20110608/110606235021-be9651b216f51b89c3922055000803a3 (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.