SOLICITATION NOTICE
R -- DARPA Small and Disadvantaged Business Utilization Office
- Notice Date
- 9/9/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- DOI - NBC, Ft. Huachuca AZ P.O. Box 12924 ATTN: Carmen Simotti 520-533-1452 Fort Huachuca AZ 85670
- ZIP Code
- 85670
- Solicitation Number
- NBCHQ030007
- Archive Date
- 9/8/2004
- Point of Contact
- Nancy E. Johnson Contracting Officer 5205380421 Nancy_E_Johnson@nbc.gov; Carmen Simotti Contract Specialist 5205331452 ;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- General - This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Request for Quotation NBCHQ030007 incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-15. This solicitation falls under NAICS Code 541611. This if a firm-fixed price level-of-effort contract for the Defense Advanced Research Projects Agency (DARPA), Arlington, VA. Offerors will propose a hourly rate for the following contract line item numbers (CLINs) and total price for the base year, Option 1, and Option 2. CLIN 0001 - Technical Support Analyst II (Offsite), 1040 hours. CLIN 0002 - Senior Manager, 1040 hours, Period of Performance: 1 October 2003 through 30 September 2004. OPTIONS: Option Year 1 - CLIN 0003 - Consultant II (Offsite), 1040 hours. CLIN 0004 - Subject Matter Expert, 1040 hours, Period of Performance: 1 October 2004 through 30 September 2005. Option Year 2 - CLIN 0005 - Consultant II (Offsite), 1040 hours, Period of Performance: 1 October 2005 through 30 September 2006. DESCRIPTION: This requirement is to provide technical and organizational expertise to support the DARPA Small and Disadvantaged Business Utilization Office tasked with implementing DoD Directive 4205.I, DoD Small and Disadvantaged Utilization Programs and with achieving annual goals developed in conjunction with the OSD SADBU. Particular emphasis shall be placed on providing a thorough research of like Agency's SADBU implementation programs and a recommended approach to incorporating best practices. The recommendations should result in developing a Strategic Plan tailored to DARPA's goals. Assist in updating DARPA Instructions #40, Small and Disadvantaged Business Program with respect to the Strategic Plan and applicable DoD policy, assist in update to the DARPA SADBU website to provide a separation from the Small Business Innovative Research (SBIR) web material. The revised site shall have an appropriate graphics style accompanied by relevant links to other government Internet sites. The potential offeror shall provide the task elements to assist in the production of a DARPA SADBU Conference to be held in Washington, DC in the Spring of 2004. This assistance shall include conference theme, DARPA staffing, timing, draft agenda with proposed speakers, and attendee handout material. APPLICABLE FAR CLAUSES AND OTHER PROVISIONS: FAR provision 52.212-1, Instructions to Offerors-Commercial Items applies to this RFQ and is incorporated by reference. FAR provision 52.212-2, Evaluation - Commercial Items (Jan 1999) applies and the evaluation criteria are included in paragraph (a) of the provision. 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 are listed in descending order of importance and shall be used to evaluate offers: (1) Past Performance, (2) Technical Experience, and (3) Cost. (1) Past Performance - Quality of the offeror's past performance for services similar in scope and nature to this effort in the following areas: similar size, scope, and complexity of work, quality of product or service, timeliness of performance, cost control, and customer satisfaction. The Government may also evaluate information that is gathered independent of the offeror's proposal to assess past performance. Additional consideration will be given to past performance with DARPA activities. The absence of past performance data will be given a neutral rating. The offeror shall submit the following past performance data: (a) A list of the last five (5) similar support contracts and/or subcontracts completed within the last three (3) years, and all contracts and subcontracts currently in process. Contracts listed may include those entered into with Government agencies or private sectors. If there is no contract history, experience of individuals may be substituted. (b) Information as to the quality, timeliness, customer satisfaction, business practices, personnel management, and cost control are all elements of past performance evaluation. (c) Include information for each contract and subcontract as follows: project or contract title, contract number and duration, name and address of contracting activity, name, phone, and fax numbers for the Procurement Contracting Officer, Administrative Contracting Officer, Contracting Officer's Representative, synopsis of what each contract is about, and brief explanation of what makes the contract relevant to this requirement. (2) Key Personnel - Offeror personnel designated for these services are qualified, trained, experienced, and able to demonstrate knowledge of DoD Small and Disadvantaged Business Program objectives or experience with DoD contracting activities and social/economic programs. The offeror will be evaluated on the Small and Disadvantaged Business program technical experience its organization has in terms of contracts that are similar in size, scope, and complexity of work. The Government may also evaluate information that is gathered independent of the contractor's proposal to assess technical experience. (3) Cost - This factor involves the cost for projected services and is considered to be less important than any of the above discussed non-price evaluation factors. It will be considered as a trade-off against the non-price evaluation factors. Cost will not be assigned a designated rating and will assist in determining the best value for the proposal submitted. OPTIONS: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Provision 52.212-3, Offeror Representations and Certifications-Commercial Items. A completed copy of FAR 52.212-3 must be included with the quotation. This may be obtained at: http://www.arnet.gov/far). FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items which includes the following clauses: 52.203-6 Alt 1, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. The full text of FAR Clauses may be found online at: http://www.arnet.gov/far. All contractors with Internet access and E-mail address can receive electronic notification of award. This synopsis/solicitation and any amendments thereto will be issued electronically. Submit quotations to the attention of Ms. Carmen M. Simotti, Department of Interior, National Business Center, Acquisition Services Division - Southwest Branch, P.O. Box 12924, Fort Huachuca, AZ 85670-2924 or fax quotes to (520) 538-0415. The due date and time for receipt of quotations is September 15, 2003 by 2:00 p.m., mountain standard time (MST). Any questions regarding this solicitation, contact Carmen M. Simotti at 520- 533-1452, Fax: 520-538-0415.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=NB1401FH&P_OBJ_ID1=130148)
- Place of Performance
- Address: Arlington, VA
- Zip Code: 222031714
- Country: USA
- Zip Code: 222031714
- Record
- SN00430238-W 20030911/030909213456 (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 |