Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2018 FBO #6137
MODIFICATION

R -- Administrative Support Services - Package #1 - Pricing Template

Notice Date
9/10/2018
 
Notice Type
Modification/Amendment
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 Independence Avenue, SW, Suite 4360, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
951700-18-RFP-00032
 
Archive Date
9/28/2018
 
Point of Contact
Shameeka Edwards, Phone: 2023827331
 
E-Mail Address
sedwards@bbg.gov
(sedwards@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
Pricing Template Revised Combined Synopsis TABLE OF CONTENTS I. General Information A. The Solicitation and Contract B. List of Solicitation Documents C. Authorized Representatives D. Receipt of Offers II. Proposal Instructions, Evaluation & Award A. FAR 52.212.1 Instructions to Offerors-Commercial Items 1. Overall Arrangement of Proposal (i) Volume I – Business Proposal (ii) Volume II – Technical Proposal (iii) Volume III – Price Proposal B. FAR 52.212.2 Evaluation-Commercial Items 1. Technical Factors (i) Past Performance (ii) Technical Approach and Capability 2. Price Factor C. Award Determination III. FAR Solicitation Provisions & Clauses A. FAR 52.252-1 Solicitation Provisions Incorporated by Reference B. FAR 52.252-2 Clauses Incorporated by Reference IV. Attachment I. GENERAL INFORMATION A. The Solicitation This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Proposals (RFP) for Voice of America, Administrative Support Services. The Government intends to award Firm-Fixed Price purchase orders resulting from this solicitation. SAM: System for Award Management (SAM) applies to this procurement. You must be registered in SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. Prospective contractors must be registered in SAM database prior to award. Lack of registration in SAM database will make an offeror ineligible for award. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION). NAICS Code: The North American Industry Classification System (NAICS) code for this acquisition is 561110 with a small business size standard of $7,500,000.00 in average annual receipts for the past 3 years. Please identify your business size in your response based upon this standard. This requirement will be a 100% Total Small Business. DESCRIPTION: VOA has a requirement for a contractor to provide administrative, clerical and research support services to all Voice of America (VOA) offices to include Africa, East Asia Pacific, South and Central Asia, VOA Persia, VOA News Center, Latin America, Studio and Production Operations, Eurasia, Programming Directorate, and VOA Director’s Office. All work shall be completed in accordance with the Statement of Work (SOW). The SOW is included as Attachment 1 to this solicitation. Period of Performance: 09/29/2018 – 09/28/2019 09/29/2019 – 09/28/2020 09/29/2020 – 09/28/2021 Contract Type: Firm Fixed Price (Labor Hours) B. List of Solicitation Documents The Solicitation Documents are comprised of: (1) Combined Synopsis (2) Statement of Work C. Authorized Representatives The following individuals are designated as the authorized representatives under this Solicitation: Authorized Representative Information Contracting Officer’s Information Name: Shameeka Morel Address: 330 Independence Avenue SW Washington, DC 20237 Phone: (202) 382-7331 Email: sedwards@bbg.gov D. Receipt of Offers (1) In order to be considered for award, offers conforming to the requirements of the solicitation must be received via email, by no later than September 13, 2018 : Attn: Shameeka Morel Email: sedwards@bbg.gov II. PROPOSAL INSTRUCTIONS, EVALUATION, & AWARD A. 52.212-1 Instructions to Offerors—Commercial Items (Jan 2017) [ALTERED] (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) “Remit to” address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) The items specified in the Clause Alterations section, paragraph (m). (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during pre-award testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and— (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L’Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites -- (i) ASSIST ( https://assist.dla.mil/online/start/ ). (ii) Quick Search ( http://quicksearch.dla.mil/ ). (iii) ASSISTdocs.com ( http://assistdocs.com ). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by— (i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “Unique Entity Identifier” followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. CLAUSE ALTERATIONS In addition to the requirements stated above, the following clause alterations are incorporated: Each Offeror must provide the following as part of their response: (m) Overall Arrangement of Proposal (i) Volume I - Business Proposal a. Volume I, Business Proposal, consists of the actual offer to enter into a contract to perform the desired work inclusive of all terms and conditions required by (a) through (k) of the above referenced clause FAR 52.212-1, as applicable (SAM registration is required of all Offerors). b. There is no page limitation for the Business Proposal. No technical information relating to the capability of the Offeror shall be included. Any technical information included in the Business Proposal will not be evaluated by the Government. No oral interviews or proposals will be excepted, written proposals only. (ii) Volume II - Technical Proposal (1) General (A) Volume II, Technical Proposal, consists of the Offeror's proposal delineating its capabilities and how it intends to perform contract requirements outlined in the Statement of Work (SOW). The Technical Proposal will be evaluated in accordance with the criteria contained in Section III.B, in accordance with FAR 52.212-2. Potential Additional Services should not be priced. (B) In order that the Technical Proposal may be evaluated strictly on the merit of the material submitted, no contractual price information is to be included in Volume II. (C) The Technical Proposal must be typed, double-spaced, with one inch margins, using elite font, 12 pitch type (or equivalent) and printed, unreduced in size, on 8.5'' by 11'' paper, not exceeding 20 pages, single-sided, exclusive of resumes and related corporate experience documentation. Any pages in excess of 20 will be disregarded, and will not be included in the proposal evaluation. Failure of the Offeror to comply with the page limitations, resulting in the excess pages not being evaluated, shall not constitute grounds for a protest. (2) Proposal Contents (A) Table of Contents (B) The Offeror shall clearly address each of the technical evaluation factors listed in Section III.B of this solicitation. The Technical Proposal shall address: 1) Past Performance The Offer shall include three (3) to five (5) past performance references similar in size, scope, and complexity to the requirements in this RFP. References can include both Government and commercial contracts and subcontracts. Each reference shall also include a point of contact for the customer including a name, phone number, and email address. References shall describe the Offeror’s experience working with other federal clients, including the General Services Administration (GSA) and the Office of Management and Budget (OMB) in administrative, clerical and research support services. 2) Technical Approach and Capability Describe the Offeror's technical approach and capability to perform the contract requirements. Provide information that would assure or provide the government with confidence that the Offeror can perform all contract requirements. This can include how the Offeror intends to organize, staff and manage the contract, the means that will be used to accomplish the contract requirements, and any certifications, awards, and recognitions received for work similar to the requirements in this RFP. (C) Exceptions and Deviations This section shall identify and explain any exceptions or deviations taken to any part of the solicitation or conditional assumptions made with respect to the technical requirements of the solicitation. Offerors should note that taking exceptions to the Government's requirements may indicate an unwillingness or inability to perform the contract, and the proposal may be evaluated as such. (iii) Volume III - Price Proposal (1) Shall include Firm-Fixed-Pricing unless the Offeror is proposing an Alternative Price Arrangement (see (B), below) (A) The Offeror's Price Proposal must be based on the Offeror's own Technical Proposal, the Government's specifications, and other contractual requirements. (B) The Government expects that this contract will be awarded based upon achieving adequate price competition. However, in order to determine that offered prices are fair and reasonable, the Government reserves the right to request that the Offeror provide additional information to support the proposed prices. (End of Provision) B. FAR 52.212-2 -- Evaluation – Commercial Items (OCT 2014) [ALTERED] (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 Government will evaluate the technical and price factors listed below to make its award decision: TECHNICAL FACTORS The technical evaluation will be based on the technical factors below. All technical factors are equal in value. 1) Past Performance The Government will evaluate the Offeror’s past experiences in administrative services to determine whether the provided project reference(s) are similar in size, scope, and complexity to the requirements in this solicitation, and to determine the probability of an Offeror’s successful performance of the contract. The Government will evaluate the Offeror's past performance on related contracts to assess the Offeror’s rate of successful performance of contract requirements, quality and timeliness of delivery of goods and services, effective management of subcontractors, cost management, level of communication between the contracting parties, proactive management, customer satisfaction, and experience working with other federal clients. The Government reserves the right to assess the past performance of proposed subcontractors. The Government will rely on its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency's knowledge of contractor performance, other government agencies or commercial entities, or past performance databases. If an Offeror does not have a history of relevant contract experience, or if past performance information is not available, the Offeror will receive a neutral past performance rating. However, because experience is essential to the successful performance and outcome of this contract, the Government’s confidence in the probability of successful performance by an Offeror without a history of relevant past performance is very low; therefore, the Government is unlikely to make an award to such an Offeror. 2) Technical Approach and Capability The Government will evaluate the Offeror's proposed technical approach and capabilities necessary to perform the contract requirements to assess whether the Offeror can perform all contract requirements. Of interest to the Government is the Offeror’s knowledge and understanding of the General Services Administration’s (GSA) and the Office of Management and Budget’s (OMB) and evaluation practices. Of particular interest to the Government is the Offeror’s capability and expertise in administrative services. All information provided in the technical capability section is subject to evaluation. PRICE FACTOR 1) Price The Government will evaluate the information provided in the Price Proposal to determine whether the offered price for Tasks 1 and 2 are fair and reasonable and to determine whether the offered price is commensurate with the Offeror’s proposed approach. The Government will evaluate each offer to determine the overall benefit to the Government and the Offeror’s ability to adequately meet or exceed the Government’s cost objectives. The Government reserves to right to award a contract to other than the lowest evaluated price. Proposed costs must be entirely compatible with the Technical Proposal. Options, if any are included, will be evaluated in accordance with 52.217-5. RELEVANT IMPORTANCE OF ALL EVALUATION FACTORS All evaluation factors other than price, when combined are significantly more important than price. a) 52.217-5 Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) b) 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) C. Award Determination The Government will award a contract to the Offeror whose offer conforms to the solicitation requirements; who is determined responsible in accordance with FAR Subpart 9.1 by possessing the financial resources and other capabilities necessary to fulfill the requirements of the contract; and whose proposal is judged, by an integrated assessment of price/cost and non-price evaluation factors, to provide the best value to the Government in accordance with FAR 52.212-2 – Evaluation. The Government anticipates awarding a single contract for the performance of Task 1. The Government reserves the right to award the tasks to different Contractors, or to decide not to award the tasks described in this solicitation. III. FAR SOLICITATION PROVISIONS & CLAUSES A. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 98) 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 Contracting Officer will make their full text available. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: Provision Title Date 52.204-7 System for Award Management OCT 16 52.212-1 Instructions to Offerors--Commercial JAN 17 52.212-2 Evaluation—Commercial Items OCT 14 52.212-3 Offeror Representations and Certifications—Commercial Items NOV 17 52.222-25 Affirmative Action Compliance APR 84 B. FAR 52.252-2 Clauses Incorporated by Reference (FEB 98) This contract will incorporate one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/951700-18-RFP-00032/listing.html)
 
Place of Performance
Address: 330 Independence Ave. SW, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN05082356-W 20180912/180910231850-d43a71a28fafc3721db7b24984a3c7ef (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.