Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2013 FBO #4283
MODIFICATION

R -- DOD Call Center - Amendment 4

Notice Date
8/14/2013
 
Notice Type
Modification/Amendment
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
HQ0034-13-R-0098
 
Archive Date
8/31/2013
 
Point of Contact
Edgar Lowell L. Moso, Phone: 7035453156, Florence N Kasule, Phone: 703.545.0701
 
E-Mail Address
edgar.moso.ctr@whs.mil, florence.kasule@whs.mil
(edgar.moso.ctr@whs.mil, florence.kasule@whs.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Revised Q&A 14 Aug 13 Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 13, as supplemented with additional information included in this notice. The solicitation number is HQ0034-13-R-0098 and is issued as a request for quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-68. The associated North American Industrial Classification System (NAICS) code for this procurement is 561110 with a small business size standard of $7 Million. This requirement is set aside to Service Disabled Veteran Owned Small Business Firms and only qualified offerors may submit quotes. See the proposed CLIN Schedule below. The period of performance for this requirement is a 6-months base period with four 12-month option periods. The Washington Headquarters Services (WHS) Acquisition Directorate requires the following services. See the attached Performance Work Statement for full details of services required. CLIN PAPERBACK REFERENCE BOOK TITLES/VERSIONS QTY UNIT 0001 Adjucative Support to DOD CAF Base 6 Months 1001 Adjucative Support to DOD CAF Option 1 12 Months 2001 Adjucative Support to DOD CAF Option 2 12 Months 3001 Adjucative Support to DOD CAF Option 3 12 Months 4001 Adjucative Support to DOD CAF Option 4 12 Months ***Question Submission: Interested offerors must submit any questions concerning the solicitation no later than 11am EST on 01 AUG 2013. Questions must be submitted via email to: edgar.moso.ctr@whs.mil and florence.kasule@whs.mil *** For this solicitation, WHS Acquisition Directorate intends to receive quotes from this combined synopsis/solicitation in accordance with the evaluation criteria (FAR Clause 52.212-2). All responsible Offerors that respond to this solicitation shall submit the pricing portion using the CLIN Schedule. All Offerors shall submit their proposals via email to: edgar.moso.ctr@whs.mil and florence.kasule@whs.mil. All quotes shall comply with the following: Page Limitations. The cover letter, title page, table of contents, table of figures, list of tables and glossary of abbreviations & acronyms do not count against page count limitations. Quote contents that exceed the stated page limitations may be removed from the quote by the Contracting Officer, prior to turning the quote over to the Government evaluation team, and may not be considered in the evaluation. - Technical Approach - Ten (10) page limit with text that is single-spaced, on 8½ x 11 inch paper format, with a minimum one-inch margin all around. All files shall be compatible with Microsoft Word software with a ".doc" file extension or Adobe Acrobat software with a ".pdf" file extension. - Quality Control Plan - Ten (10) page limit with text that is single-spaced, on 8½ x 11 inch paper format, with a minimum one-inch margin all around. All files shall be compatible with Microsoft Word software with a ".doc" file extension or Adobe Acrobat software with a ".pdf" file extension. - Price Quote - Pricing narrative, if necessary, shall not exceed 2 pages. Pricing spreadsheet(s) - No page limit. The pricing spreadsheet(s) shall be compatible with Microsoft Excel software with a ".xls" file extension. Spreadsheets provided shall include all calculations in the cells. Please note that spreadsheets shall be formatted with proper page breaks to allow the evaluator to print copies without needing to reformat each page. The evaluation criteria for these items will be evaluated based on Lowest-Price Technically Acceptable (LPTA). Technically acceptable will evaluated based on how the offerors demonstrate the following: • Demonstrates an understanding of the general information and specific tasks to be accomplished. • Demonstrates proposed technical approach and methodologies for accomplishing each specific task. • Demonstrates possession of appropriate facility and security clearances, as prescribed in paragraphs 1.6.7 and 4.2 of the PWS. Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at: https://www.sam.gov/portal/public/SAM/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-9, 52.225-13, 52.232-33. The following clauses and provisions are also incorporated by reference: 52.204-7, 52.204-10, 52.209-6, 52.209-10, 52.222-3, 52.222-50, 52.222-51, 52.222-53, 52.223-4, 52.223-18, 52.227-1, 52.233-3, 52.233-3, 52.233-4, 52.237-3, 52.242-15, 52.247-34, 52.253-1, 252.203-7000, 252.203-7002, 252.204-0003, 252.204-7006, 252.204-7008, 252.225-7002, 252.232-7003, 252.232-7010, 252.233-7001, 252.239-7001, 252.243-7001. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/ Clauses in full text are stated in the attached document of this solicitation. Quotes MUST be good for 60 calendar days after close of RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-13-R-0098/listing.html)
 
Place of Performance
Address: DoD CAF, Bldg 600, Suite 200, Fort Meade,, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN03149277-W 20130816/130814235908-295edaf832e11a0230fe6e448bcbec97 (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.