Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2012 FBO #4010
MODIFICATION

R -- Subject Matter Experts for Benchmarking Efforts - Question and Answer Document

Notice Date
11/14/2012
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF22847596
 
Archive Date
11/30/2012
 
Point of Contact
Jenny R. Jabour, Phone: 601-634-2584
 
E-Mail Address
Jenny.R.Jabour@usace.army.mil
(Jenny.R.Jabour@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Q&A Document This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Quotes are being requested via this synopsis and a written solicitation will not be issued. Requisition Number W81EWF22847596 is being issued as a request for proposals (RFP) with intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-54. This procurement is set-aside to small businesses. The associated North American Industry Classification System (NAICS) code for the procurement is 541611 for Administrative Management and General Management Consulting Services and the Small Business size standard is $7.0 Million. The US Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC) Vicksburg, MS, Executive Office, has a requirement for: BACKGROUND: The ERDC leadership desires to examine the "best practices" of high-performance public and private sector R&D organizations in the area of Technology Utilization / Commercialization & Community / Site Development. Specifically, what systems, processes, tools, and/or approaches are used to achieve exceptional results? Through the course of executing these initiatives, ERDC's Director and Commander have become aware of opportunities where improvement could significantly enhance ERDC's ability to achieve its vision of becoming a world premier laboratory. REQUIREMENTS: See attached Statement of Work. See attached Quality Assurance Surveillance Plan. CRITERIA/QUALIFICATIONS: The subject matter expert must evidence experience in creating business and community relationships at the local, state, and national levels for R&D organizations; relationships that show evidence of successful outcomes through additional business or revenue; experience working with Venture Capital organizations; and evidence of successful outcomes through additional business or revenue. The expert must have an excellent knowledge of Federal Lab operations, the ERDC mission and objectives, and must have a strong R&D background. RESPONSES: Response to this SOW shall include the following information: 1. Company name, address, point of contact, phone number, and e-mail address. 2. Statement addressing current registration status in CCR 3. Completed Representation and Certification as prescribed in FAR 52.212-3 Alt I 4. Offeror must submit detailed technical information addressing the requirements of the Statement of Work (SOW). Qualifications shall also be included in the response. 5. The cost breakdown should include the line items listed below. CLIN 0001 - Description: Labor, Quantity: 1, Unit: Lump Sum, Unit Price: tiny_mce_marker___________, Total Price: tiny_mce_marker___________ CLIN 0002 - Description: Travel, Quantity: 1, Unit: Lump Sum, Unit Price: tiny_mce_marker___________, Total Price: tiny_mce_marker___________ Travel should include a detailed cost breakdown per trip. Please include any backup associated with travel within your proposal. Total of CLIN 0001-0002 tiny_mce_marker___________ CLAUSES/PROVISIONS: FAR Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Award shall be made to the responsible offeror whose proposal is determined to be Lowest Price Technically Acceptable in accordance with Clause 52.212-2 Evaluation -Commercial Items. Technical data is required to verify technically acceptable. The Clause 52.212-4, Contract Terms and Condition - Commercial Items, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-5, 52.225-13, and 52.232-33. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, and DFARS 252.232-7010, Levies on Contract Payments applies to this acquisition. All interested firms must be registered in SAM. The Government will award a contract resulting from this synopsis/solicitation to the responsible lowest price offeror whose offer meets and/or exceeds the specifications herein. If you are not registered in the (SAM) System for Award Management (formerly CCR, ORCA, and EPLS), an award cannot be made to your company. You may register electronically at https://www.sam.gov/. Registering electronically will expedite the registration process acquisition. Quotes are due Thursday, November 15, 2012 by 12:00 PM (Central Time Zone). Quotes will be accepted by email ONLY at Jenny.R.Jabour@usace.army.mil. Questions regarding this solicitation must be made by email to Jenny Jabour at Jenny.R.Jabour@usace.army.mil. A Question and Answers document will be posted periodically answering all questions submitted. It is the offeror's responsibility to check this posting for any updates made to the Question and Answer document.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF22847596/listing.html)
 
Record
SN02930192-W 20121116/121114234029-1ba943d33fb705ec791ee581e2ea162d (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.