Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2014 FBO #4610
SOLICITATION NOTICE

D -- It Gap Analysis and Inventory Survey Services - RFP

Notice Date
7/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Federal Election Commission, Office of the CFO, PROCUREMENT OFFICE, 999 E Street, N.W., Washington, District of Columbia, 20463, United States
 
ZIP Code
20463
 
Solicitation Number
FE-14-R-003
 
Archive Date
8/1/2014
 
Point of Contact
Lorna E. Baptiste-Jones,
 
E-Mail Address
LBaptiste-Jones@fec.gov
(LBaptiste-Jones@fec.gov)
 
Small Business Set-Aside
HUBZone
 
Description
Wage Determination Past Performance Questionnaire Statement of Work Request for Proposal This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in 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. This is a request for proposals (RFP) with a solicitation number of FE-14-R-003. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. This requirement is for Information Technology ( I T) System Inventory and Gap Analysis as a baseline for NIST 800 series implementations at the Federal Election Commission (FEC) in Washington, DC. This requirement is set-aside for HubZone Businesses. The associated North America Industry Classification System (NAICS) Code is 541519 and the Business Size Standard is $25.5 million. The Government contemplates award of a single firm fixed price contract using Best Value - Lowest Price Technically Acceptable (LPTA) source selection process. DESCRIPTION OF REQUIREMENT: P erform a system inventory and GAP Analysis for the FEC as a baseline for NIST 800 series implementations, with results as specified in the attached Performance Work Statement (PWS). STATEMENT OF WORK (attached) DEPARTMENT OF LABOR WAGE DECISION applicable to this acquisition is: WD 2005 -2103 (Rev 13) dated 06/19/2013 and it is located at http://www.wdol.gov/. PERIOD OF PERFORMANCE : Not to exceed 12 Months from date of award. LOCATION OF PERFORMANCE : Federal Election Commission (FEC) Washington, DC QUESTION & ANSWER PERIOD : All questions shall be submitted by 11 July 2014 CONTRACT LINE ITEMS - submit proposal pricing in the following format: CLIN 0001 IT Inventory System U/I Quantity U/P Total Price MO 12 $________ $___________ Firm Fixed Price Contractor shall perform ALL requirements as described in the attached Statement of Work (SOW) Paragraph 3. CLIN 0002 Gap Analysis for IT Inventory System U/I Quantity U/P Total Price MO 12 $________ $___________ Firm Fixed Price Contractor shall perform ALL requirements as described in the attached Statement of Work (SOW) Paragraph 3. SOLICITATION PROVISIONS: This solicitation incorporates the following contract provisions by reference, with the same force and effect as if they were given in full text. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its offer. The full text of a solicitation provision may be accessed electronically at the below listed websites This solicitation incorporates the following contract provisions by reference, with the same force and effect as if they were given in full text. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its offer. The full text of a solicitation provision may be accessed electronically at the below listed websites: http://farsite.hill.af.mil ; https://acquisition.gov/far/ 52.204-6, Data Universal Numbering System Number (DEC 2012) 52.212-1, Instruction to Offerors - Commercial Items (Feb 2012) 52.212-2, Evaluation - Commercial Items (Jan 1999) 52.212-3, Offeror Representations and Certifications - Commercial Items (Alt I)(Dec 2012) 52.217-5, Evaluation of Options (Jul 1990) 52.219-1, Small Business Program Representations (Apr 2012) 52.225-25, Engaging in certain activities or transactions relating to Iran-Representation and Certifications (DEC 2012) SECTION L INSTRUCTIONS TO OFFERORS FOR OFFERS TO BE CONSIDERED 1. In order for proposals to receive full consideration for award, each Offerors shall provide its submissions in accordance with the instructions found herein and within the solicitation provision 52.212-1, Instructions to Offerors - Commercial Items. Offerors shall also ensure that the information furnished is factual, accurate, and complete. Failure to provide the information requested herein may render the offeror's proposal ineligible for further consideration for award. Only one (1) proposal may be submitted per offeror. Because the SF 1449 is not used, Offerors shall make submissions by way of company letterhead. 2. Offerors shall submit proposals using company letterhead. Offers shall be received by FEC no later than 2:00 PM Eastern Time, 17 July 2014. 3. Offers shall consist of the following documents: a. Company letterhead, containing information prescribed by 52.212-1. Documents for technical evaluation, representations and certifications, and past performance as addressed in subparagraphs 52.212-1(b) (4), (8) and (10) shall be provided separately as discussed below. b. Separate documentation in response to the Technical Capability evaluation factor. Submission shall include a narrative description of the Offeror's proposed approach to the following three (3) Subfactors: 1) Program Management, 2) Staffing Plan, and 3) Certifications. An unacceptable rating for any subfactor will result in an unacceptable rating for the Technical Capability Factor. c. Separate document in response to the past performance evaluation factor. Limit is two (2) pages of narrative, not including past performance questionnaire. Pages beyond the initial two will not be evaluated. Submission shall include three (3) references from private and public entities for which the Offeror performed work as either a prime or subcontractor similar in nature and scope during the past five (5) years (as of date set for receipt of offers). Offerors shall provide the Past Performance Questionnaire to the selected references, and request that they complete and return the questionnaire to fecproposals@fec.gov. NLT 2:00 P.M. on July 17, 2014. The Government will use this and other information at its disposal to determine acceptability of the Offeror's past performance. d. A completed copy of the Offeror's representations and certifications required by the provisions, 52.212-3. As an alternative, the Offeror may affirm in its cover letter that the required representations and certifications are found on-line in the Government's System for Award Management (SAM). 4. Submission shall be made via e-mail to fecproposals@fec.gov. Facsimiles will not be accepted. Attachments to the e-mail proposal submission shall be Microsoft compatible and virus/malware free. Documents/attachments shall also be free of password protections. Electronic media suspected by Government computers as possibly containing virus/malware will not be opened or considered. 5. All quotations from responsible sources will be fully considered. Offerors not registered in the System for Award Management (SAM) with all required information provided prior to award will not be considered. Offerors may register with SAM at www.sam.gov. 6. Please not that Contractor employees must be able to pass a NACI background check. 7. The Contractor, as well as all Contractor employees shall sign a Non-disclosure agreement upon contract commencement. Contracting Office Address: FEC, 999 E Street, NW, Washington, DC. 20463 Point of Contact: Lorna E. Baptiste-Jones. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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: Technical Capability; Past Performance; and Price. Technical Capability and Past Performance are equal in importance. The two non-cost factors combined are equal in importance to price. (b) Options. N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) EVALUATION FACTORS FOR AWARD ADDENDUM TO 52.212-2 Contractor's proposal shall be valid for 60 days. Basis for Award. 1. The Government intends to conduct this acquisition by use of a Competitive Source Selection Procedures in accordance with FAR Part 12, FAR Part 13.5, FAR Part 15 and AGENCY SOURCE SELECTION PROCEDURES. From this solicitation, one contract may be awarded with Firm-Fixed Price line items to the offeror submitting a proposal determined to be most advantageous to the Government, price and other factors considered. In any case, the Government may not award any contract if the resulting contract would not represent a "best value." It is strongly suggested that the provisions stated in the proposal information be fully studied prior to assembly and submission of the proposal. 2. Note specifically that Offerors will not be participating in a sealed bid procurement process under this acquisition method. Issuance of this Request for Proposal (RFP) does not constitute an award commitment on the part of the Government. Proposals shall set forth full, accurate, and complete information as required by this RFP, including attachments. The penalty for making false statements is prescribed in 18 U.S.C. 1001. 3. An integrated assessment will be made of each offeror's proposal in the areas of Technical Capability, Past Performance, and Price. The Government will make award to the responsible offeror whose offer conforms to the SOW and presents the best value to the Government as the Lowest Priced Technically Acceptable (LPTA) proposal. Offerors are advised that the Government may make award without discussions. Therefore, proposals shall be submitted initially on the most favorable terms from a price and technical standpoint. Do not assume that offerors will be contacted or afforded an opportunity to clarify, discuss or revise their proposals. For a proposal to result in an awardable contract, the proposal must at least meet all SOW requirements, conform to all required terms and conditions, and contracted employees must possess all required certifications. 4. Solicitation Requirements, Terms and Conditions. Offerors shall meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as factors/sub factors to be eligible for award. Please note that this requirement is a 100% HubZone Set-Aside. Failure to comply with the terms and conditions of the solicitation may result in the offeror being removed from consideration for award. Any deviations from or exceptions to the solicitation's terms and conditions shall be fully explained and justified. NOTE: Award will not be made using any proposal containing deviations from or exceptions to the Statement of Work terms and conditions or fail to provide material information. Evaluation Factors : Each offeror's proposal and other information will be evaluated against the following evaluation factors: FACTOR 1: Technical Capability Subfactor 1: Program Management Subfactor 2: Staffing Plan Subfactor 3: Certifications FACTOR 2: Past Performance FACTOR 3: Price FACTOR AND RATING TECHNIQUES The Government intends to evaluate proposals and award a contract without discussions with offerors; however, the Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Factor 1: Technical Capability Subfactor 1: Program Management. The minimum standard: Proposals shall clearly illustrate the methodology and detail of the program management approach the Offeror proposes to perform in accordance with the Statement of Work. The Program Management approach shall address: •· A description of the proposed management plan and the Offeror's ability to execute it. •· A clear understanding of the work to be performed. •· A quality control plan The Government will assess the proposed approach to ensure that sufficient personnel will be available to provide the required services when necessary under the resultant contract. The Government will also assess the extent to which personnel are currently on board and/or committed to employment by the contractor and subcontractors. The lack of current employees or letters of commitment to employment will render a proposal unacceptable. Subfactor 2: Staffing Plan. The minimum standard is a staffing plan shall include: •· Organizational structure and/or team structure. Clear illustrations of how the Offeror will provide qualified personnel to perform under this contract. Staffing schedule demonstrating adequate number of personnel to be assigned and appropriate job classification for each hour of work to be performed. Subfactor 3: Certification. The minimum standard: •· Contracted employees shall possess at least one of the following certifications: •· CISSP - Certified Information System Security Professionals •· CISM - Certified Information Security Manager •· CEH - Certified Ethical Hacker Each subfactor must be evaluated as "acceptable" in order for Factor 1 (Technical Capability) as a whole to be rated "acceptable." TECHNICAL CAPABILITY RATINGS: Acceptable Proposal m eets req u i r ements and indicates an adequate approach and understanding of the require m ents. Strengths and weaknesses are offsetting or will have little or no i m pact on contract perfor m ance. Risk of unsuccessful perfor m ance is no worse than m oderate. Proposal d o es not m eet require m ents and contains one or more deficiencies. Pro p osal is unawardable. Unacceptable Factor 2: Past Performance The Past Performance factor will be evaluated to examine the quality of an Offeror's past performance records to determine its ability to perform as proposed. In addition to the information provided by the offeror, the Government will evaluate past performance using data sources such as the Contractor Performance Assessment Reporting System (CPARS), and Federal Awardee Performance and Integrity Information System (FAPIIS) or similar systems and State Department Watch Lists. The Offeror shall demonstrate successful past performance as evidenced by information gathered on performance during the past five (5) years that reflect conditions, similar scope, effort, size and complexity comparable to this solicitation. Offeror's past performance reputation with its customers will be used to render a performance assessment rating as described in the table below. Offerors with no Past Performance history will be classified as "Neutral". A classification of "Neutral" for Past Performance will result in a rating of "Acceptable" for the Past Performance factor. (See Questionnaire at Attachment 1). Past Performance Ratings Rat i ng Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Factor 2: Pricing Offerors shall completely fill in its proposed pricing for the CLINs listed herein. The Government will evaluate information provided by the Offeror, and perform a best value analysis to determine best value to the Government. Pricing analysis will be used for the purpose of determining the reasonableness. SPECIAL NOTE : 1. The Offeror's technical capability will be evaluated based on information furnished by the offeror. The Government is not responsible for locating or securing any information not identified in the Offer. 2. Evaluation of Option to Extend Services under 52.217-8. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services, provided under FAR 52.217-8, as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. CONTRACT CLAUSES: The resulting contract will incorporate clauses by reference, with the same force and effect as if they were given in full text. The full text of a contract clause may be accessed electronically at this address: http://farsite.hill.af.mil 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2013). The following clauses contained within 52.212-5 are applicable and incorporated by reference: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.219-8, Utilization of Small Business Concerns 52.222-3, Convict Labor 52.222-17, Nondisplacement of Qualified Workers 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights under the National Labor Relations Act 52.222-41, Service Contract Act of 1965 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.217-8, Option to extend services (Nov 1999) 52.219-3, Notice of HubZone Set-Aside or Sole Source Award (Nov 2011) 52.219-14, Limitations on Sub-Contracting (Nov 2011)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/FEC/OSD/AD/FE-14-R-003/listing.html)
 
Place of Performance
Address: Federal Election Commission, 999 E Street NW, Washington, District of Columbia, 20463, United States
Zip Code: 20463
 
Record
SN03415880-W 20140709/140708021321-477656340ce3f5353578d74cb8b6a9ca (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.