Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 07, 2013 FBO #4396
SOLICITATION NOTICE

R -- Standard Energy Efficiency Data (SEED) Platform Open Source Software Deployment

Notice Date
12/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Golden Field OfficeU.S. Department of EnergyGolden Field Office15013 Denver West ParkwayGoldenCO80401US
 
ZIP Code
00000
 
Solicitation Number
DE-SOL-0006397
 
Response Due
12/13/2013
 
Archive Date
1/12/2014
 
Point of Contact
Krista M. Weiland
 
E-Mail Address
krista.weiland@go.doe.gov
(krista.weiland@go.doe.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATIONS (FAR) SUBPART 12.6, 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. Solicitation number DE-SOL-0006397 is issued as a Request for Quotation (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-71. The associated North American Industrial Classification System (NAICS) code for this procurement is 541611 with a small business size standard of $14.0. This requirement is being procured as a Small Business set-aside. The Department of Energy (DOE) Golden Field Office (GFO) Acquisition Division intends to procure a Standard Energy Efficiency Data (SEED) Platform Open Source Software Deployment Business Plan in accordance with the attached Performance Work Statement dated December 2, 2013. LINE ITEM DESCRIPTION 00001 SEED Business Plan This line item is firm-fixed-price. 00002 Travel Cost reimbursable travel associated with performance during the base period, if applicable. NO PROFIT OR FEE IS ALLOWED ON TRAVEL. The Not-to-Exceed (NTE) amount for travel during the base period is $2,500. The Period of Performance will be one (1) three (3) month base period as follows: December 27, 2013 ? March 26, 2014 PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions 52.204-7 System for Award Management 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) 1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. 2) The Offeror represents that, as of the date of this offer- a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. Clauses 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 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 52.217-8 Option to Extend Services 52.219-6 Notice of Total Small Business Aside 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.227-16 Additional Data Requirements 52.227-17 Rights in Data - Special Works 52.232-33 Payment by Electronic Funds Transfer? System for Award Management Department of Energy Acquisition Regulation (DEAR) Clauses 952.202-1 Definitions 952.208-70 Printing Other Contract Clauses 1. Alternative Dispute Resolution (ADR) a) The DOE and the Contractor both recognize that methods for fair and efficient resolution of significant disputes are essential to the successful and timely achievement of critical milestones and completion of all Contract requirements. Accordingly, the parties agree that in the event of a dispute to jointly select a 'standing neutral.' The standing neutral will be available to help resolve disputes as they arise. Such standing neutral can be an individual, a board comprised of three independent experts, or a company with specific expertise in the Contract area. If a standing neutral cannot be agreed upon, the DOE Office of Dispute Resolution will make a selection. Specific joint ADR processes shall be developed. b) The parties agree the following provision may be invoked for significant disputes upon mutual agreement of the DOE and the Contractor: 1) DOE and the Contractor shall use their best efforts to informally resolve any dispute, claim, question, or disagreement by consulting and negotiating with each other in good faith, recognizing their mutual interests, and attempting to reach a just and equitable solution satisfactory to both parties. If any agreement cannot be reached through informal negotiations within 30 days after the start of negotiations, then such disagreement shall be referred to the standing neutral, pursuant to the jointly-developed ADR procedures. 2) The standing neutral will not render a decision, but will assist the parties in reaching a mutually satisfactory agreement. In the event the parties are unable after 30 days to reach such an agreement, either party may request, and the standing neutral will render, a non-binding advisory opinion. Such opinion shall not be admissible in evidence in any subsequent proceedings. c) If one party to this Contract requests the use of the process set forth in Paragraphs b(1) and b(2) of this clause and the other party disagrees, the party disagreeing must express its position in writing to the other party. On any such occasion, if the party requesting the above process wishes to file a claim they may precede in accordance with, FAR 52.233-1 Disputes or FAR 52.233-1 Disputes Alternate I. 2. Billing Instructions - ALT I Contractors will submit vouchers electronically through the Oak Ridge Financial Service Center?s (ORFSC) Vendor Inquiry Payment Electronic Reporting System (VIPERS). VIPERS allow vendors to submit vouchers, attach supporting documentation and check the payment status of any voucher submitted to the DOE. Submitting electronically provides benefits to vendors by: Reducing the cost of paper and postage Allowing supporting documentation to be attached and routed with the voucher to program and approving officials Immediately interfacing vouchers to DOE?s accounting system saving several days of mail and manual processing time Facilitating the prompt payment of vouchers To obtain access to and use VIPERS, please visit the web page at https://vipers.oro.doe.gov. Detailed instructions on how to enroll and use the system are provided on the web page. Please do not send a paper copy of a voucher that has been submitted electronically. Addendum to 52.212-4(g): Contractor shall submit electronic invoices to VIPERS as specified in the Billing Instructions. A Standard Form (SF) 1034 format is provided at Attachment 4. Please do not submit a paper copy SF1034 after entering the form electronically. Supporting documentation for each invoice shall include copies of receipts when requesting Travel reimbursement in accordance with the Federal Travel Regulations (FTR). 3. Government Records The Contractor and its subcontractors shall not disclose any information or data that is proprietary to the Government. All such information or data is reserved exclusively for use between the Government and the Contractor, including employees of the Contractor's firm. When deemed appropriate, the Government may authorize the release of certain information or data necessary for use by the Contractor in performance of task order work, and in such cases specific written authorization must be given in advance. Such data so released shall not be further disseminated and shall not be considered released into the public domain. The Contractor must ensure that this is included in all tiers of subcontracts. 4. Lobbying Restriction Energy and Water Development and Related Agencies Appropriations Act, 2008 The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. 5. Quality Control The Contractor is responsible for assuring the quality of its performance and that the work performed under the contract conforms to all contract requirements. While a formal Contractor Quality Control Plan is not required, the Contractor shall maintain a file of all quality control inspections, results, dates and details of corrective actions taken by the Contractor through the term of this contract. The file shall be the property of the Government and made available to the Technical Monitor (TM) during regular business hours. The file shall be turned over to the TM fifteen (15) business days prior to the completion of the contract or immediately upon notification of termination. The Government reserves the right to request the Contractor to provide corrective action plans in the event of Government concerns of Contractor delays in performance or deficient work product. 6. Travel The contractor shall travel to the minimum extent necessary to meet the objectives of the Performance Work Statement. The contractor is cautioned to keep travel cost to a minimum and to use time and cost-saving tools such as conference calls or videoconferencing to the maximum extent practicable. Contractor employees traveling to the same conference, meeting, or other such event shall consolidate the use of any car rentals with each other and with Government employees. Travel costs do not include expenses incurred in commuting to and from work and associated parking fees. Mileage expenses to and from locations other than the normal place of work that are within the normal commuting distance to and from a person?s workplace and associated parking fees in the normal amount paid per day are not considered reimbursable travel costs. Certain travel arrangements require specific authorization or prior approval in accordance with the Federal Travel Regulation (FTR). All travel must be fully funded prior to any travel costs being incurred or actual travel occurring. The contractor shall keep documentation to establish the reasonableness of travel costs to include comparison quotes for airline, hotel, and other related transportation (e.g. rental car) and shall provide this documentation to the Contracting Officer upon request. If travel is performed, travel and per diem will be reimbursed in accordance with the Federal Acquisition Regulation (FAR) Part 31 and the FTR in effect at the time of the travel. Travel payments will be made in accordance with the FTR based on 41 CFR 300-304 which implements statutory requirements and Executive branch policies for travel by Federal civilian employees and others authorized to travel at Government cost. For travel per diem rates or additional information regarding travel requirements see http://www.gsa.gov/federaltravelregulation. Contractor shall maintain receipts for the time periods specified and submit receipts with claim for reimbursement as stated in the FTR. ATTACHMENTS 1) Performance Work Statement 2) SEED Platform Performance Features 3) SEED Platform Overview 4) SF1034 Format Attachments can be found at www.fedconnect.net. QUOTATION PREPARATION 1) Offerors shall provide one (1) copy of a quotation which addresses all line items 2) Quotations shall not exceed 25 pages 3) Quotations shall include the individuals authorized to negotiate the resulting purchase order on behalf of the Contractor. The Contractor shall notify the CO in writing within three (3) business days as changes are made to the foregoing persons authorized to negotiate under this purchase order. 3) This solicitation does not commit the Government to pay any costs incurred in the submission of any quotation, or in making necessary studies or designs for the preparation thereof or for acquiring or contracting for any services relating thereto. 7) This is an Open-Market Combined Synopsis/Solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract. INQUIRIES Questions concerning this solicitation shall be submitted via FedConnect no later than 2pm Eastern Standard Time on December 10, 2013. Any responses to questions will be addressed in an amendment to the solicitation. Offerors are encouraged to periodically check FedConnect to ascertain the status of any answers to questions, as hard copies will not be distributed. Requests shall include complete company name, address, and telephone number. E-MAIL, FAX AND PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED. EVALUATION CRITERIA 1) Technical Capability 2) Past Performance 3) Price Technical Capability: The Offeror shall submit a narrative detailing its approach to providing the full range of services described in the PWS. The narrative shall also address how the contractor has satisfied its customers in the past and complied with applicable laws and regulations which may include the ability to meet contract requirements, good workmanship, quality, timeliness, responsiveness to customers and maintaining business relations as well as their ability to manage and document contract performance, costs and delivery schedules. Past Performance: Past performance information demonstrates how well the Offeror has satisfied its customers in the past. The Offeror shall provide the three (3) most relevant references for services or projects performed within the last 3 years and of the same or similar services, size, scope, and complexity. All contact information for the references shall be current. References that include contact information that is not current will not be considered. Offerors with no past performance history shall state so in the narrative. Government evaluators may avail themselves of various federal, state, and local past performance databases including, but not limited to, Past Performance Information Retrieval System (PPIRS) and Contractor Performance Assessment Reporting System (CPARS). Government evaluators reserve the right to contact any of the provided references to solicit additional information or clarification regarding the offeror?s past performance. Additionally, evaluator knowledge of your particular past performance may be utilized. Price: The Government will evaluate the reasonableness of the quoted price for the purchase order. As part of the quote submitted, Offerors shall propose labor categories and complete labor rate pricing information. Hourly rate pricing shall be fully burdened, inclusive of all wages, overheads including fringe benefits, general and administrative, and profit. Labor categories subject to the Service Contract Act (SCA) shall be clearly identified. DOE intends to award one purchase order to the responsible offeror whose quote is responsive to the solicitation and determined to be the best value to the Government. The Government will assess and make tradeoffs based on what the differences between or among competing technical capability quotes might mean in terms of anticipated performance and what the evaluated price premium may be to take advantage of any difference. DUE DATE AND RESPONSE INFORMATION Submission of quotes shall only be accepted through the FedConnect Response section. No email or hard copies will be accepted or considered. Information regarding how to submit offers via FedConnect can be found at www.fedconnect.net. For questions regarding FedConnect, contact FedConnect at support@FedConnect.net or by phone at 1-800-518-4726. Files submitted in response to the solicitations shall be identified as ?DE-SOL-0006397?. Quotes shall be received no later than 2pm Eastern Standard Time on December 13, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0006397/listing.html)
 
Record
SN03245759-W 20131207/131205234247-6fd7cf8f12819d681ec01ceb2435e1c9 (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.