Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2012 FBO #3738
SOLICITATION NOTICE

R -- Administrative and logistics support for the Strategic Change Management Center (SCMC); the Marine Corps Systems Command’s (MCSC) Competency Leadership Boards (CLBs)

Notice Date
2/16/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND 2200 Lester Street Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785412Q0506
 
Response Due
3/23/2012
 
Archive Date
4/7/2012
 
Point of Contact
Adrian Reinharz 703 432-3817
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: M7854-12-Q-0506 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a combined synopsis / solicitation for commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This procurement is not a small business set-aside; any responsible source may submit an offer. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67854-12-Q-0506 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and causes are those in effect through Federal Acquisition Circular DPN 20101103. The NAICS code is 5413330. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular through 2001-27 and Defense Federal Acquisition Regulations Supplement Change Notice 20111207. This procurement is to provide administrative and logistics support for the Strategic Change Management Center (SCMC); the Marine Corps Systems Command s (MCSC) Competency Leadership Boards (CLBs) and Community of Practice (CoP Boards); the Command s 2010-2014 Strategic Plan Goal Champions and Objective Teams; specific assistance to Command work teams; and the Command s Acquisition Excellence Day for the specified period of performance. Offerors shall submit only one (1) offer in response to this RFQ. All responsible sources may submit a quotation which, if timely received, will be considered by the Agency. PERIOD OF PERFORMANCE The Period of Performance is for nine (9) month with a potential for 22 pre-priced options for specific workshops and other requirements, contingent upon funding. There is also the potential for two (2) pre-priced option renewal years, each with a performance period of twelve (12) months. Each pre-priced option is of a specific duration, as identified in the associated PWS paragraph, and can be exercised at the government s discretion at any time during the associated period of performance for the firm support with appropriate lead-time. The contract is scheduled to begin 04 April 2012. DESCRIPTION OF PROFESSIONAL SERVICES Attachment 3 (Contract Line Item Numbers) contains the CLINs, quantities, and delivery requirements for this solicitation and resultant contract. PROPOSAL SUBMISSION All quotes shall include CCR/ORCA information, company point of contact information, and payment discount terms. Each response must clearly and concisely address the capability of the Offeror (s) to meet all specifications and requirements. The Government will not assume that an offeror possesses any capability, understanding, and/or commitment that is not specifically delineated and supported in its perspective proposal. Page limit for quote is ten (10) pages; however, there is no limit on page numbers for independent test results. Pages beyond ten will not be evaluated by the Government. Quotes shall be prepared using Times New Roman 12 point font style on 81/2 by 11inch white paper with not less than 1 margins. Tables and Illustrations may use reduced font style, not less than 8 points. Offerors shall ensure that each page provides identification of the submitted offeror, and the RFQ number. Offeror (s) shall submit their quotes via CD-ROM or e-mail. Emailed quotes are preferred. Email all quote documents to the following e-mail addresses: Adrian.reinharz@usmc.mil and a copy to stasia.baker@usmc.mil. The email subject line should include the following text: Response to RFQ M67854-12-Q-0506 (company name here). All quotes must be submitted in writing via email to the above email address no later than (NLT) 05 March 2012 Eastern Standard Time 1000 HOURS. Offerors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. QUESTIONS CONCERNING THE SOLICITATION: All questions concerning this solicitation are due via email to the Contract Specialist Adrian Reinharz at adrian.reinharz@usmc.mil. No Later than (NLT) 23 March 2012 @ 1630 HOURS EST to ensure timely award. The Government may, in its sole discretion, choose not to respond to questions received after the deadline. No questions received telephonically shall be accepted. QUOTATION CONTENTS The contractor may provide a quotation as long as it meets the Government s minimum solicited technical standards of this Request for Quotations and the attached Performance Work Statement. Quotations shall comply with or clearly state, at a minimum, the following information: (1) Quotations valid 90 days. (2) Contractor s Federal Tax I.D., CAGE code, and DUNS number. (3) Payment Terms will be Net 30. FORMAT OF QUOTATION Addendum to FAR 52.212-1: Offeror shall submit a combined Business and Technical Capability quotation that shall not contain pricing information. A separate price quotation shall be submitted for Business and Technical Capability quotations. The Business and Technical Capability quotation shall include the Offeror s Technical Understanding and Approach, as well as Personnel Qualifications and Experience. See attachment 1, Performance Work Statement (PWS). TERMS AND CONDITIONS The following FAR provisions and clauses are applicable to this procurement: FAR 52.212-1 Instructions to Offerors Commercial Items. Offerors Representations and Certifications - Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, ALT 1 -Offerors Representations and Certifications Commercial Items ALT I. The following FAR provisions and clauses are applicable to this procurement: 52.204 4 Printed or Copied Double-Sided on Recycled Paper; 52.204 7 Central Contractor Registration; 52.204-10 Reporting executive compensation and First- Tier Subcontracts Awards; 52.209-7 Information Regarding Responsibility Matters; 52.209-8 Updates of Information Regarding Responsibility Matters. (DEVIATION) 52.212-1 Instructions to Offerors 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; 52.215-21, ALT IV-- Requirements for Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data -- Modifications; 52.216-18 Ordering; 52.216-19 Ordering Limitations; 52.217-5 Evaluation of Options; 52.217-7 Option for Increase Quantity Separately Priced Line Item; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns. (DEVIATION); 52.223-18 Contractor Policy to Band Text Messaging While Driving; 52.225-25 Prohibition on Engaging in Sanctions Activities Relating to Iran-Certification; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 - Clauses Incorporated by Reference; 52.252-5 Authorized Deviations in Provisions; 52.252-6 Authorized Deviations in Clauses; 52.203-3 Gratuities and 52.249-12 Termination (Personal Services). Additional contract terms and conditions applicable to this procurement are: Defense Federal Acquisition Regulation Supplement (DFARS): 252.212-7000 - Offerors Representation and Certification-Commercial Items; 252.203-7002 Requirement to Inform Employee of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alternate A, Central Contractor Registration; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.211-7003 Item Identification and Valuation; 252.212-7000 Offeror Representations and Certifications Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.219-7003 Small Business Subcontracting Plan (DOD Contracts). (DEVIATION); 252.225-7020 Trade Agreements Certificate ; 252.203-7000 Requirements Relating to compensation of Former DoD Officials; 252.205-7000 Provision of Information to Cooperative Agreement Holders; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7021 Trade Agreements; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002 Request for Equitable Adjustment; and 252.247-7023 Transportation of Supplies by Sea; 252.225-7031 Secondary Arab Boycott of Israel; 252.227-7015 Technical Data Commercial Items. EVALUATION FACTORS See Attachment 1, PWS. The following is incorporated in full text into FAR 52.212-2: (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 to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Business and Technical Capability. This section includes the technical and business approach as well as staffing and management and shall clearly articulate how the Offeror will meet the requirements in the Description/Performance Work Statement (PWS). The response shall be specific, detailed, and comprehensive enough to enable technical personnel to make a thorough evaluation of its content. All proposed performance under the resulting task order shall be mapped to the PWS elements in the PWS (e.g., 2.1.1, 2.1.2). Unless stipulated, resumes and other supporting materials beyond the 12 page limitation are discretionary. Proposals shall be evaluated on their compliance with the technical specifications and understanding of system supportability and training requirements. Offerors shall specifically address their ability to meet the Government s required delivery schedule. See Attachment 3. 2. Past Performance. Proposals shall be evaluated on the level of risk posed by theOfferors past performance history. Offerors shall be evaluated for their experience withprojects similar in relevancy and scope in the past three (3) years. 3. Price. A total evaluated price for each Offeror will be calculated by summing the extended unit price for each CLIN. Provide a breakout of participating team members (i.e. labor), associated schedules, discount, discounted rates, travel, and Other Direct Costs (ODC) necessary to support your technical approach, mapped to the appropriate PWS element (e.g., 2.1.1, 2.1.2). Provide any discount that you intend to apply to your total pricing. Additionally, propose a payment schedule that corresponds with the period of performance and your desired CLIN structure. Example: 90 day period of performance, labor $200,000 and Travel $ 2,000.00 and ODCs $10,000. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of Provision) ATTACHMENT AND EXHIBITS 1. Performance Work Statement (PWS) 2. Quality Assurance Surveillance Plan (QASP) 3. Contract Line Item Numbers and Performance Schedule (CLINs) 4. Contractor Data Requirements List (CDRL)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785412Q0506/listing.html)
 
Record
SN02677045-W 20120218/120216234645-f0253d7c103fe60f1e3745f2921a80c7 (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.