SOLICITATION NOTICE
R -- Mentoring Technology services to support the DON mentoring process.
- Notice Date
- 7/7/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018911TZ143
- Response Due
- 7/18/2011
- Archive Date
- 8/2/2011
- Point of Contact
- Shannon Mitchell 215-697-9761
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-11-T-Z143. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-48 and DFARS Change Notice 20110105. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 541511 and the Small Business Standard is $25.0M. The proposed contract is 100% set aside for small business concerns. The NAVSUP Fleet Logistics Center requests responses from qualified sources capable of providing: CLIN 0001 and Option 1001. The period of performance is 15 August 2011 through 14 August 2012 with one 1-year option period; The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including (a)(2), (b)(2),(9),(11),(20),(21),(22),(23),(24),(25),(26),(27) and (39). Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including (a),(b)(1),(19) and (21) This announcement will close at 1600 on 18 July 2011. Quotes should be sent via email to Shannon Mitchell at Shannon.Mitchell@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and past performance. The relative importance of the factors is as follows: Past performance is more important than price. All quotes shall include a Firm Fixed Price, a point of contact, name and phone number and business size. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the Performance Work Statement performed for Federal, State or local Governments, and for commercial firms. Quoters shall provide 3 relevant references performed within the past 5 years, and contact information for each reference listed. The quote shall also address whether the vendor ™s system can accept data feeds from other systems. If the system can accept data feeds, then list specific capabilities related to data feed functionality. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter ™s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the efforts that the Government feels are most relevant to the RFQ.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018911TZ143/listing.html)
- Record
- SN02492185-W 20110709/110707235336-62d68ff0c2430b67a2fa40ca1396f024 (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 |