SOLICITATION NOTICE
D -- E-Rate Management System
- Notice Date
- 6/19/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- BIA CENTRAL 000162051 MERCATOR DRIVEContracting OfficeRestonVA20191US
- ZIP Code
- 00000
- Solicitation Number
- A14PS00632
- Response Due
- 6/26/2014
- Archive Date
- 7/26/2014
- Point of Contact
- Santiago Almaraz
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. The solicitation number is A14PS00632 and is issued as a Request for Quotation (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-72, January 30, 2014. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 with a small business size standard of $14 million. The Bureau of Indian Affairs (BIA) / Bureau of Indian Education (BIE) intend to award a firm fixed priced commercial contract in response to this Request for Quote (RFQ). This acquisition is 100% Small Business Set-Aside. BIA will award based upon Best Value methodology using the following evaluation factors. For this requirement, all evaluation factors other than cost or price, when combined are more significantly important than price. The evaluation criteria are as follows: Factor 1 - Technical Capability. Demonstrated ability to perform each task and the soundness of the contractors proposed software to accomplish the tasks in the SOW. Contractor shall identify extensive knowledge base of all phases of the SLD E-rate process and the various methodologies of maintaining records created during the E-rate application process. The contractor shall describe its technical approach for accomplishing the work described in the SOW, including an itemized schedule of deliverables that demonstrates the contractors understanding of the SOW and the overall nature of this type of work in general and how its processes and procedures will deliver value to the government, citing specific examples when relevant. Factor 2 - Personnel Qualifications. In identifying qualified personnel that possess the appropriate skills and experience to perform the services required to each task, contractors must demonstrate in-depth experience with the FCC/SLD E-rate program by providing resumes of key personnel with an emphasis on how to select the appropriate criteria and build reports designed to spot trends. In addition, contractors must provide an organizational overview to include SaaS architecture and compliant with all State and Federal Regulations. Factor 3 - Past performance. The contractor shall demonstrate successful past performance in all phases and methodologies of the SLD E-Rate process working with larger school districts or states, citing no more than 3 references with contact information who are using the proposed solution in the past 5 years. Contractor shall utilize the past performance questionnaire to email to clients to solicit reference on past performance, along with the client authorization letter. Factor 4 - Price. All items listed in SOW, as required, must show all costs associated. Note: Interested parties may request the attachments: (1) Statement of Work (SOW); (2) Price Schedule; (4) Past Performance Questionnaire; and (5) Client Authorization Letter by email: santiago.almaraz@bia.gov. Type of Contract: The government contemplates a fixed price contract. Period of Performance: The base period shall be date of award will be for 12 months from date of award. There will be four (4) option periods of twelve months exercised solely at the government's discretion. Price. The contractor shall utilize the format in the Price Schedule and prepare the price quotation as a separate document from the technical quotation. Place of Performance: This is a web-based solution and is assumed located on the Contractor's property. Travel: Not applicable to this contract REQUEST FOR QUOTE INSTRUCTIONS The contractor shall comply with the following instructions for preparing the Request for Quote (RFQ). Failure to comply with the terms and conditions stated herein may be interpreted by the Government as a non-responsive quote and result in an unfavorable rating. The first page of the technical plan and the cost/price quote should each indicate the title: Indian Affairs E-rate Management System. Font size for the quote shall be at least 12 point. Page margins shall be no less than 0.75 inch, single column style. Contractors shall limit their responses to twenty (20) double-sided pages or less including applicable tables, graphics, and appendices, excluding resumes, cover letter, and table of contents. The contractor shall provide a fixed price quotation via e-mail for this RFQ by 2 PM EST June 26, 2014 submitted to the email address below. Please identify A14PS00632 in the email subject. Quotations must include the following: (A) completed price schedule in response to this requirement; (B) a project plan describing the offeror's technical capability and proposed sotfware for performing the tasks in the SOW. To receive full consideration, respondents must completely address all evaluation criteria in support of the identified tasks in the SOW. Please provide general business information such as Tax Identification Number (TIN), business classification, socioeconomic status, and Dun and Bradstreet (DUNS) number. Awardee must be registered in System for Award Management (www.sam.gov) to be eligible for award. Clauses: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008); 52.212-2 Evaluation-Commercial Items (Jan 1999); and FAR 52.212-3 Offeror Representations of Certifications (Aug 2009) apply to this acquisition. Quoters must include a complete copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the Quoter does not have a copy of this provision, you may obtain a copy at www.acquisition.gov or contact the CO to receive a copy. Alternatively, quoters may cerify registration at https://orca.bpn.gov/. Provision FAR 52.252-1Solicitation Provisions Incorporated by Reference. Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (April 2011), FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). FAR 52.217-8 Option to Extend Services (Nov 1999). FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000). Department of the Interior Acquisition Regulation (DIAR): 1452.204-70 Release of Claims (Jul 1996) Contracting Officer: Santiago Almaraz, (703) 390-6675; santiago.almaraz@bia.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A14PS00632/listing.html)
- Record
- SN03400139-W 20140621/140619234538-c11400f09bbf419c196adeb485f8e066 (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 |