SOLICITATION NOTICE
R -- PROJECT COMPILATION/DATABASE DEVELOPMENT
- Notice Date
- 8/20/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- U.S. Fish & Wildlife Service, Rgn 3<br />5600 American Blvd West Suite<br />Bloomington<br />MN<br />55437-1458<br />US<br />
- ZIP Code
- 55437
- Solicitation Number
- 140F0319Q0073
- Response Due
- 9/3/2019
- Archive Date
- 9/18/2019
- Point of Contact
- Clearwater, Becky
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation # 140F0319Q0073 Contractor will provide services to include a complete compilation of overview of Great Lakes Restoration Initiative funded projects during the past ten years and develop database system project for U. S. Fish & Wildlife Service, Region 3 External Affairs Office, Bloomington, MN. (i)This is a combined synopsis/solicitation for commercial items which are prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested. (ii) The Solicitation number for this request is 140F0319Q0073 and is hereby issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC 2005-94, 2005-95 effective January 19, 2017). (iv) This is a 100% set-aside for small business concerns. The associated North American Industrial Classification System (NAICS) code is 541511, Custom Computer Programming Services with a corresponding small business size standard of $25M. (v) Contract Line Item Numbers. See attached SF-18 included as a separate attachment on Federal Business Opportunities (FBO.gov) and FedConnect.net. (vi) Description of Requirements for the items to be acquired: See attached Statement of Work. (vii) Date(s) and place(s) of delivery and acceptance ¿ Period of Performance is September 15, 2019, through September 14, 2020; Place of Delivery and acceptance is U. S. Fish and Wildlife Service, Region 3 External Affairs Office, 5600 American Boulevard, West, Suite 990, Bloomington, MN. Place of Performance: U. S. Fish and Wildlife Service, Region 3 External Affairs Office, 5600 American Blvd, West, Suite 990, Bloomington, MN. The Technical Government Point of Contact is Charles_Traxler, Charles_traxler@fws.gov. (viii) The provision at 52.212-1, Instructions to Offerors ¿ Commercial items (JAN 2017) applies to this acquisition and addenda to the provision includes all quotes to be in English and priced in U.S. dollars. FAR provision and clauses are available for review at http://farsite.hill.af.mil. (ix) The provision at 52.212-2, Evaluation -- Commercial Items does apply to this acquisition as follows: (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 will be considered. The following factors shall be used to evaluate offers: FACTOR A ¿ APPROACH AND CAPABILITIES ¿ Offerors will be evaluated based on their individual qualifications to perform the work and experience with the types of services identified in the solicitation. Key personnel qualifications and project oversight will be assessed. FACTOR B ¿ PAST PERFORMANCE -- Performance by the Offeror as it relates to all solicitation requirements will be evaluated. The evaluation will include the quality of services previously performed, timeliness of performance, customer satisfaction and indication of ability to improve performance through proactive management. Evaluation of this factor will be based on the information contained in the proposal and information provided by references. The Government may evaluate past performance by contacting references and/or other sources and may also consider other information available. FACTOR C ¿ PRICE -- Technical and past performance, when combined, are approximately equal in weight (b) A written notice of award or acceptance of an offer which is 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. The Government reserves the right to make an award to other than the lowest priced offer or if the Contracting Officer determines that to do so would result in the best value to the Government. Note that any and all costs associated with proposal preparation, are the responsibility of the Offeror and will not be reimbursed by the Government. (x) Successful Offeror must be registered in the System Award Management website at www.sam.gov, to include FAR provisions 52.212-3, Offeror Representatives and Certification-Commercial Items, at the time the quote is due. (xi) FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-06 Alt I, 52.204-7, 52.204-13, 52.219-08, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.232-39, 52.232-40 and DOI Electronic Invoicing (www.ipp.gov). (xiii) N/A (xiv) N/A (xv) Telephone quotes will not be accepted. Quotes must be received by 4:00 P.M. Central Time on September 3, 2019. Quotes must be submitted to becky_clearwater@fws.gov the U.S. Fish and Wildlife Service, Acquisition and Property Operations, 101 Park DeVille Drive, Suite A, Columbia, MO, 65203. Offerors may submit quotes using the attached SF-18 and e-mail it to Becky Clearwater at becky_clearwater@fws.gov (xvi) For information regarding this Solicitation or to obtain additional information, please contact Becky Clearwater at becky_clearwater@fws.gov. Questions with regards to this Solicitation are due no later than August 26, 2019, 4:00 p.m. and may be sent to the Technical Government Point of Contact Charles_Traxler@fws.gov or becky_clearwater@fws.gov END OF Combined Synopsis/Solicitation NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0319Q0073/listing.html)
- Record
- SN05411670-F 20190822/190820230041 (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 |