Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2013 FBO #4298
SOLICITATION NOTICE

R -- Museum Metadata Organization - (Draft) - (Draft) - (Draft) - Technical Ratings Chart

Notice Date
8/29/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519120 — Libraries and Archives
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA13Q0275
 
Archive Date
9/24/2013
 
Point of Contact
Patrick T. Dermidoff, Phone: 703-875-4679
 
E-Mail Address
dermidoffpt@state.gov
(dermidoffpt@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Technical Ratings Chart Pricing SOW Clauses This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.303, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement is SAQMMA13Q0275 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The Government contemplates a one year fixed-price contract with the Period of Performance commencing in September of 2013 and culminating one-year thereafter. The U.S. Department of State is accepting quotes from offerors who provide metadata organization services in accordance with the attached Statement of Work (SOW). The North American Industry Classification System Code (NAICS) is 519120 (libraries and archives) with a Small Business Size Standard of $14.0M. This requirement is being solicited as a 100% Small Business Set-Aside. The following Federal Acquisition Regulations provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representation and Certifications - Commercial Items; 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. In order to be considered for an award, an offeror must have completed the electronic Online Representations and Certifications Application (ORCA) athttps://www.sam.gov in accordance with FAR 4.1201. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at https://www.sam.gov prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award]. All questions must be received by 11:00 a.m., Eastern Standard Time on Wednesday. September 4th, 2013 and submitted to Dermidoffpt@state.gov. Telephone calls will NOT BE ACCEPTED. All quotations must be received by 12:00 p.m., Eastern Standard Time on Monday, September 9, 2013 and should be submitted electronically to Dermidoffpt@state.gov. Late offers will not be accepted. INSTRUCTION TO OFFERS: The Provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addition: Presentation of technical merit: The offeror will submit a document that describes her/his prior work experience, relevant metadata organizational skills. This information should be in the form of a personal narrative statement that describes the offeror's qualifications for this work and that clearly explains how her/his education and/or work experience is relevant to the scope of work. This statement will be used by U.S. Department of State to evaluate the offerror's technical and analytical ability as well as interest in the scope of work. Be sure to discuss any education and/or experience with museums, cataloging, artwork and archiving. Also, discuss your availability/timeframe to begin performance of the contract. Presentation of technical merit should not exceed (3) pages. In addition, the offeror shall provide a résumé or résumés of the individual(s) set to work on this project. Offerors for this contract must submit the contact information for three individuals who can provide references. At least two of the references should be able to comment on the offeror's past work experience. All quotations must include all of the information requested above to be considered. EVALUATION FACTORS: Pursuant to FAR 52.212-2, Evaluation Commercial Items, 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) TECHNICAL: The following sub-factors are listed in descending order of importance. -Sub-factor 1: Relevant experience working with museums, libraries, archives, and other federal collections; -Sub-factor 2: Working knowledge of "common core" standards in education; -Sub-factor 3: Firm understanding of collection databases used by museums, libraries, and archives. (2) PAST PERFORMANCE (3) PRICE All evaluation factors, other than cost or price, when combined, are significantly more important than cost or price. ***Note: No option periods will be made available Technical and Past Performance shall be evaluated using the ratings (attached) in the solicitation. The Government will evaluate price to determine the following: • Completeness: All information required by the solicitation has been submitted and is accurate. • Reasonableness: The Government will conduct a price analysis to determine whether the proposed prices are fair and reasonable. This determination may be accomplished by one or more of the techniques set forth in FAR 15.404-1(a)(b)(2). -No color ratings will be used to evaluate price. BASIS FOR CONTRACT AWARD: The Government will use Best Value Source Selection Procedures to evaluate offers and determine the best value. The Government will award a contract resulting from this solicitation to the offeror who is deemed responsible in accordance with Federal Acquisition Regulation, as supplemented, whose proposal conforms to the solicitation requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this solicitation) and is determined, based on the evaluation factors, to represent the best value to the Government. The Government seeks to award to the offeror who gives The U.S. Department of State the greatest confidence that it will best meet or exceed the requirements affordably. This may result in an award to a higher rated, higher priced offeror, where the decision is consistent with the evaluation factors and the Contracting Officer reasonably determines that the technical approach and/or superior past performance of the higher priced offeror outweighs the cost difference. The Contracting Officer will make an integrated assessment based on the evaluation factors described above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA13Q0275/listing.html)
 
Place of Performance
Address: TBD, Washington, District of Columbia, 20520, United States
Zip Code: 20520
 
Record
SN03168416-W 20130831/130830000242-74b72c73d984cc0a6b19bf326c542c00 (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.