SOLICITATION NOTICE
R -- IDIQ for Insuring Irrigation - IDIQ Combined Synopsis/Solicitation
- Notice Date
- 10/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 524298
— All Other Insurance Related Activities
- Contracting Office
- Department of the Interior, National Business Center, AQD - Herndon, 381 Elden St. Mail Stop 2510, Herndon, Virginia, 20170, United States
- ZIP Code
- 20170
- Solicitation Number
- D13PS59998
- Archive Date
- 11/20/2012
- Point of Contact
- Melissa Onyszko, Phone: (703) 964-3638
- E-Mail Address
-
melissa_onyszko@nbc.gov
(melissa_onyszko@nbc.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 4 - Subcontracting Percentage Worksheet Attachments 2 and 3 - Past Performance Questionnaire IDIQ Combined Synopsis/Solicitation This is combined synopsis/solicitation for commercial items 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 required and a written solicitation will not be issued. Federal Acquisition Regulation (FAR) subpart 12.6 is being utilized in conjunction with FAR 15 and 16.5. Solicitation number D13PS59998 is being issued as a Request For Proposal (RFP). The Government intends to award a single indefinite-delivery/indefinite-quantity (ID/IQ) type contract entitled “Insuring Irrigation” and Task Order 1 entitled “Limited Irrigation Analysis & Evaluation” as a result of this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 61. All clauses within the IDIQ contract apply to any resulting task orders issued during the period of performance of the IDIQ. NAICS code Number 524298 entitled “All Other Insurance Related Activities” with a size standard of $7.0 million ; Product Service Code R410 “Support-Professional: Program Evaluation/Review/Development.” This is a notice that this contract is a total small business set-aside. Only proposals submitted by small businesses will be accepted by the Government. Any proposal that is submitted by a contractor that is not a small business will not be considered for award. Deliverables are noted at a high level within the IDIQ solicitation and will be noted in detail in each of the individual task orders. The IDIQ will have a base period of performance of twelve months and four, twelve-month optional periods. The periods of performance for each individual task order will be identified in the task order. The anticipated period of performance for task order 1 is five months, including 30 days for Government review period. The objective of the IDIQ contract overall is to conduct research and analysis regarding irrigation policy for potential crop insurance program development. This effort will involve several phases that will be accomplished via task orders. Specific deliverable schedules will be outlined in each order issued under the IDIQ. The provision at 52.212-1, “Instruction to Offerors- Commercial Items (Feb 2012),” and an addendum, apply to this acquisition. The provision at 52.212-2 “Evaluation-Commercial Items (Jan 1999)” applies to this acquisition. Evaluation factors for the solicitation are weighted, as follows: Technical Approach/Key Personnel (IDIQ): 50% Quality Control Plan (IDIQ): 10% Past Performance (IDIQ): 10% Technical Approach/Key Personnel (Task Order 1): 20% Project Management Plan (WBS & Deliverable Schedule) (Task Order 1): 10% The Government considers evaluation factors other than cost or price, when combined, significantly more important than cost or price. Offerors shall include a completed copy of 52.212-3 “Offeror Representations and Certifications – Commercial Items (Apr 2012)” with their offer. Clause 52.212-4 “Contract Terms and Conditions – Commercial Items (Feb 2012)” applies to this acquisition. Clause 52.212-5 “Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Aug 2012)” applies to this acquisition. See Section I – Contract Clauses for applicable clauses. The due date for response to this RFP at the addresses specified below is on or before 2:00 PM ET November 5, 2012. Each volume shall be clearly marked by Volume Number and Title. It is the responsibility of the Offeror to get their submission in on time and ensure successful delivery to the Government. Submission shall be via e-mail to Contracting Officer Melissa Onyszko at Melissa_onyszko@nbc.gov and Contract Specialist Denise Carrio at Denise_Carrio@nbc.gov. RFP QUESTIONS : Offerors must submit all technical questions concerning this solicitation in writing by e-mail to the Contracting Officer, Melissa_Onyszko@nbc.gov and Contract Specialist Denise_Carrio@nbc.gov. All questions must be submitted via e-mail, and received no later than 12:00 PM Eastern Time (ET) on October 25, 2012. Acquisition Services Directorate will answer questions, which may affect offers, in an amendment to the solicitation. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors. The Offeror or source of the question will not be referenced when issuing an amendment to the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3be6db97e98ea286cfab2a878a65fc78)
- Record
- SN02916132-W 20121020/121018234600-3be6db97e98ea286cfab2a878a65fc78 (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 |