Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2003 FBO #0409
MODIFICATION

V -- Travel Management Services

Notice Date
1/13/2003
 
Notice Type
Modification
 
Contracting Office
General Accounting Office, Acquisition Management, Acquisition Management, 441 G Street, NW, Washington, DC, 20548
 
ZIP Code
20548
 
Solicitation Number
OAM-2003-N-0002
 
Response Due
2/12/2003
 
Archive Date
2/27/2003
 
Point of Contact
Harold Miles, Senior Contract Specialist, Phone 202-512-3607, Fax 202-512-3999 or 2879,
 
E-Mail Address
MILESH@GAO.GOV
 
Description
(THIS IS PART 2 OF 2 OF GAO's PART 12 SYNOPSIS/SOLCITATION NO. OAM02003-N-0002, SECTIONS I THROUGH VI) PART 12 SYNOPSIS/SOLCITATION NO. OAM-2003-N-0002, SECTIONS VII THROUGH XVI) - VII. FORMAT OF PROPOSALS: Proposals must contain: 1) the name, address, and telephone number of the offeror; 2) technical proposal addressing GAO's technical requirements enumerated in Sections I through IV above; 3) price proposal; 4) any product brochures, descriptions, or informative catalogs detailing the products being proposed; and 5) identification of at least five (5) references, preferably references that include other government entities, professional services organizations, and/or commercial enterprises having similar travel service volumes, complexity, security, and reporting requirements, Offerors must preface their proposals by an Executive Summary that ties in or correlates their technical proposal with the specific SOW criteria contained within this synopsis/solicitation. The proposal must be signed by an official authorized to bind the offeror. Offerors that fail to furnish required representation and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. VIII. PRICE PROPOSALS INSTRUCTIONS: All prices must be reported. Pricing of Services - Contractors are invited to propose pricing structures and fees for services requested and that are offered to their other best clients. This may include cost mitigation that may provide GAO cost savings. The offeror must identify separately price for GAO and LOC requirements for commercial travel management services including transportation, lodging & rental car arrangements; management reports; international travel assistance, and administration & maintenance of frequent flyer program. In addition, the offeror must include price for GAO's optional desktop reservations booking system (includes maintenance prices, estimated implementation support prices, if any, and upgrade prices during the life of the expected 5-year contract) for the base year and four (4) option years. Offerors must propose a complete list/description and price(s) for travel services in accordance with the requirements of the Statement of Work. The offeror at its option may bundle or unbundle the services and price(s) proposed. The offeror must also propose separate services and prices for GAO and LOC. The offeror must also provide a separate price for an optional desktop travel booking engine for GAO. The price proposal must include current financial statements, including a balance sheet and profit and loss statement of the offeror's most recently completed fiscal year. The price proposal must include acknowledgement of all amendments to the Synopsis. The Contract fiscal periods are identified as follows; base period October 1, 2003, through September 30, 2004; option period one - October 1, 2004 through September 30, 2005; option period two October 1, 2005 through September 30, 2006; option period three - October 1, 2006 through September 30, 2007; option period four - October 1, 2007 through September 30, 2008. If offerors recommend using their technical consultants, offeror's must provide estimates of implementation assistance. Offerors must submit with cost proposals a copy of any applicable software license terms and conditions. IX. EVALUATION CRITERIA: FAR 52.212-2, Evaluation--Commercial Items (Evaluation Factors/Criteria is incorporated as part of this document by reference and will be made available to the offeror by request (see XI. Addendum Custom GAO Clauses). This is a best value procurement. 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 will be used to evaluate offers: 1) Technical Approach and Management, as discussed in the Scope of Work, 30%; 2) Corporate Experience and Capability and Past Performance, 30% (also see sample Reference Check form X! below); and 3) Project Management, 15% 4) Business Management, 15% and 5) Key Personnel, 10% (The offeror must provide a list of at least 5 contact names and telephone numbers of firms the offeror has done business with in providing and using its proposed software package). For this solicitation, technical quality is more important than price. As proposals become more equal in their technical merit, the evaluated price becomes more important. X. APPLICABILITY OF FAR PROVISIONS: The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation and are incorporated by reference. FAR 52.212-1 - Instructions to Offerors - Commercial Items. Addendum paragraph (h) Multiple Awards delete in its entirety, the government plans to award a single contract resulting from this requirement. Offerors must include a completed copy of FAR provision 52.212-3 - Offeror Representations and Certifications-Commercial Items with their offer (a copy of FAR 52.212-3 in full text is available at www.arnet.gov/far). FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. FAR 52-212-4 - Contract Terms and Conditions-Commercial Items, Conditions. Proposals will be evaluated in accordance with FAR Provisions 52.212-2, Evaluation of Commercial Items, price and other technical factors considered XI. ADDENDUM CUSTOM GAO CLAUSES - NOTE: In addition to the above clauses, incorporated by reference and made a part of this Part 12 synopsis/solicitation are the following custom tailored GAO clauses: 1. PRICING SCHEDULE, 2. PAYMNET 3. MINIMUM AND MAXIMUM AMOUNTS, 4. ORDERING, 5. LIBRARY OF CONGRESS CONTRACT REQUIREMENTS, 6. REFUND POLICIES, 7. DATA RIGHTS AGREEMENT, 8. BILLING AND PAYMENT, 9. SOFTWARE, 10. CONTRACTOR LIABILITY, 11. COMPENSATION, 12. CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE, 13. CONDUCT OF CONTRCTOR'S EMPLOYEES, 14. OPTION TO EXTEND SERVICES, 15. GOVERNMENT CONTROLLED SPACE, 16. LIVE TEST DEMONSTRATION, 17. ACCEPTANCE OF TRAINING, 18. PERMISSION TO SUBCONTRACT, 19. OUT-OF TOWN TRAVEL, 20. LOCAL TRAVEL, 21. INCORPORATION OF THE STATEMENT OF WORK, 22. INCORPORATION OF THE CONTRACTOR?S TECHNICAL AND PRICE PROPOSALS, 23. OPTION TO EXTEND THE EFFECTIVE PERIOD OF THE CONTRACT, 24. KEY PERSONNEL, 25. CONTRACT ADMINISTRATION, 26. SECURITY, 27. INVOICES, 28. CLAUSE INCORPORATED BY REFERENCE, 29. AVAILABILITY OF FUNDS, 30. AVAILABILITY OF FUNDS FOR THE OPTIONAL PERIODS, 31. LIST OF GAO'S 11 OFFICE LOCATIONS, 32. EVALUATION CRITERIA, AND SAMPLE REFERENCE CHECK FORM. Interested firms must request a complete copy of the addendum by sending an email with their address to milesh@gao.gov (c/o Harold Miles). XII. PROCUREMENT SCHEDULE: Key milestone dates for this procurement are as follows combined synopsis/solicitation published - (Date - as published in the FedBizOpps); deadline for questions - (Date - 15 calendar days after solicitation is published in the FedBizOpps); submission of proposals (Date- 30 calendar days after solicitation is published in the FedBizOpps or the very next non-Federal holiday/business day) - Award (Date - 120 days after solicitation is published in FedBizOpps). XIII. SUBMISSION OF OFFEROR'S TECHNICAL QUESTIONS: Offerors must submit all technical questions concerning this synopsis/solicitation requirement in writing to the Harold Miles (Contract Specialist). GAO must receive the questions no later than 15 calendar days after the FedBizOpps notice is published. GAO will respond to questions that may affect offers in an amendment to this FedBizopps notice. XIV. POINT OF CONTACT: Harold Miles (Contract Specialist), U.S. General Accounting Office, Acquisition Management, Room 6B46, 441 G. St. NW, Washington, D.C. 20548. Telephone: 202-512-3607, FAX 202-512-2879 Email: (milesh@gao.gov). XV. SUBMISSION OF OFFERS: Proposal shall be submitted in two (2) physically separate and detachable parts; Part 1 - Technical Proposal and Part 2 - Price Proposal (NOTE the offeror must submit one copy of the price proposal censored omitting all price figures). All information shall be confirmed to the appropriate volume to facilitate independent evaluation. An original and 5 copies of both the technical and price proposals must be submitted on or before 2:00 pm (EST) February 13, 2003 to: IF MAILED (USPS) U.S. General Accounting Office Acquisition Management, 441 G Street N.W., Room 6B46, Washington D.C., 20548 Attn: Harold Miles (Contract Specialist), Solicitation No. OAM-2003-N-0002. XVI. BUILDING ENTRY FOR HANDCARRIED PROPOSALS: IF HANDCARRIED (COMPANY/Rep./Messenger/ Courier/others USPS) Handcarried deliveries are only accepted from Federal Express, United Parcel Service, and the U.S. Postal Service. These deliveries are made to the GAO Mailroom for screening and processing. They are eventually taken to the 6th floor service center which then contacts the addressee for pick-up. GAO cannot guarantee that Fedex, UPS and USPS deliveries will reach the addressee prior to the closing of the RFP unless the delivery is overnight and is mailed at least 5 business days prior to the due date/time for receipt of proposals. All offers shall be clearly marked with the Solicitation Number, offeror's name, address, point of contact and phone number. FACSIMILE OFFERS WILL NOT BE ACCEPTED.
 
Place of Performance
Address: U.S. General Accounting Office, 441 G Street NW, Washington DC
Zip Code: 20548
Country: United States
 
Record
SN00238125-W 20030115/030113213626 (fbodaily.com)
 
Source
FedBizOpps.gov 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.