SOLICITATION NOTICE
R -- Program Management Office Support for Grants.gov
- Notice Date
- 11/27/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- GovWorks, Attn: Ms. Melissa A. Onyszko 381 Elden Street, Suite 4000 Herndon VA 20170
- ZIP Code
- 20170
- Solicitation Number
- 14060408RQ20319
- Archive Date
- 11/26/2008
- Point of Contact
- Melissa A. Onyszko Contracting Officer 7039643638 melissa.onyszko@aqd.nbc.gov;
- 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
- Total HUB-Zone
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in the notice and following the Simplified Acquisition Procedures in FAR Part 13.5 THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-21. The US Department of Interior, through its Franchise Fund activity, Acquisition Services Directorate (AQD), is issuing this solicitation, Number 1406-04-08-RQ-20319 as a Request for Quote (RFQ) on behalf of the US Department of Health and Human Services, Grants.gov Program Management Office (PMO). This Order will procure services to provide Grants.gov with program management and administrative Contractor support. The resultant award shall be a Time-and-Materials (T&M) Order. THIS IS A 100% SET-ASIDE FOR HUBZONE BUSINESSES The Service Contract Act applies to some of the labor categories required for performance. NAICS Code 561110 entitled, "Office Administrative Services," with a $6.5 million size standard threshold. Product Service Code R699 entitled, "Other Administrative Support Services." CLOSING DUE DATE: DECEMBER 12, 2007 TIME: 4:00 P.M. EASTERN TIME (ET) The current Order for these services expires on January 8, 2008. From the time of Order award resulting from this solicitation through January 8, 2008 there will be a transition period during which time the current Contractor will be transferring knowledge to the successful Offeror. It is anticipated that Order award under this solicitation will occur between December 21st and December 31, 2007. INSTRUCTIONS TO OFFERORS Quotations shall consist of separate written Technical and Price quotes. Offers must include the following information in a cover letter or on the title page of their technical and price quote: 1. Tax Identification Number (TIN) 2. Dun & Bradstreet Number (DUNS) 3. North American Industrial Classification System (NAICS) Code 4. Product Service Code (PSC) 5. The validity period of the quote (Offeror's quote must be valid for at least 60 calendar days) All Offeror's quotations shall cite the RFQ Order Number and project title. The quotation shall also list the Offeror's point of contact for this project including name, title, address, phone number, and email address on the title page of each volume. All Offerors must submit with their quotes a completed Offeror Representations and Certifications - Commercial Items (FAR 52.212-3) form. If the Offeror's Representations and Certifications are registered on the ORCA website, it must be indicated in the offer. The Offeror's written quotation shall be submitted in two (2) separate volumes: Technical and Pricing. Offeror's must also ensure that their firm is registered with the Central Contractor Registration (CCR). For information, refer to http://www.ccr.gov. As an addendum to FAR 52.212-1 titled, "Instructions to Offerors--Commercial Items" Offerors are instructed to submit quotations as follows: TECHNICAL QUOTE Technical quotes are limited to 20 pages, on standard letter-size paper. All pages shall have a minimum of a 1-inch margin on the top, bottom, left, and right. Page numbering, Offeror identification, and disclaimers may be placed in the 1-inch margin. Font size shall be no smaller than 12 point. The 1-inch margin required for text pages is not required for foldouts. Electronic versions of the quote shall be submitted in Microsoft Word?, Excel?, and Project?, as appropriate. The Government will not count the following documents toward the 20 page limit: " Charts, Tables and Graphs (when on separate pages) " Letter of Transmittal (cover letter). " Title Pages. " Divider Pages. " Table of Contents " List of Exhibits " Resumes " Copies of the Client Authorization Letters IMPORTANT: No Price or Cost data should be in the Technical quote Technical quotes shall address the following elements: Each Offeror is required to present a thorough and complete understanding of the services required by the statement of work; with emphasis on the methodology and a detailed and systematic approach of supporting a dynamic program that directly supports public, private, and Government stakeholders. Offerors must clearly convey a logical program for achievement. The approach must provide evidence of detailed planning in sufficient detail to clearly and concisely demonstrate that the Offeror has an understanding of the scope and magnitude of this effort. The quote must document the feasibility of successful implementation of the requirements. Quotes which merely offer to follow the requirements in accordance with the statement of work may be deemed non-responsive and not eligible for award. 1. Past Performance Offerors shall provide references from the last three years since the date of this solicitation which the Government can use to obtain past performance information. Offerors shall provide the following information in their quote: contract number; project description; period of performance; dollar amount; client identification with the point of contact & telephone number; description of how the work relates to the work required under this solicitation; any problems encountered and the Offeror's corrective actions). Offerors shall send a Client Authorization Letter (Attachment 2 to the solicitation) to each reference informing them that they may be contacted by the Acquisition Services Directorate or Grants.gov PMO in regards to past performance information. A copy of the Client Authorization Letter must be submitted in the technical quote. The Government will utilize the document listed in Attachment 1 of the solicitation to obtain past performance information from references. 2. Management and Staffing Plan The Offeror shall quote a project plan, quality control plan, use of earned value, and proposed staffing to deliver the services described in the statement of work. The Offeror shall provide a staffing plan, which describes the necessary labor skill mix to meet the requirements of this statement of work. The plan shall address, at a minimum, the following items: Description of staff retention/replacement plans for personnel experienced in providing the required services; Availability of commitment of proposed staff; Method of evaluating new hires or replacement personnel; Sufficiency of key personnel proposed and reasons that key individuals are important to the contractor Offerors shall provide resumes, indicating the level of experience and technical capability of the individual(s) for all prospective key personnel to be assigned to the project. Resumes shall include the following: Name; Title; Current employment; Proposed labor category; Proposed job description of function; Pert time to be committed to the effort; Specific experience; Qualifications and background; and, Chronology of job history (company, title, dates employed) The resumes should address individual team member's domain expertise and experience in project management and E-grants. Offerors shall demonstrate how its personnel has gained consensus and kept the project on track in a non-hierarchical cross-organizational environment. One senior staff member assigned to the project shall be designated as the Project Manager for all work performed under the statement of work. This person must be full time. The anticipated labor categories for this Order are listed in the statement of work section entitled "Minimum Vendor Qualifications." 3. Corporate Experience The Offeror shall demonstrate its corporate experience and knowledge of the various types of Federal programs that require use of Federal grants to meet program objectives, functions, purpose, eligibility requirement, recipient communities, phases of the financial assistance life cycle, and business users. The Offeror shall demonstrate its business practices and experience that completely addresses the success and history in providing services for large-scale, Government-wide projects with numerous stakeholder groups, similar to the E-Grants Project. The Offeror shall provide the general background, performance, and qualifications of the organization as it relates to federal electronic grant system and interfaces. The Offeror shall provide a list of previous and on-going Government and non-Government contracts, subcontracts, or task orders related in scope magnitude, and complexity. The Offeror shall provide a general description of the work performance and describe how the work is related to the requirements of this statement of work. PRICE QUOTE The Price Quote shall be separate from the Technical Quote. The offeror shall propose prices that directly correspond to the deliverables and services offered, segregated by period of performance. The price quote must also include the following: 1. Prices for all work identified in this solicitation - segregated by period of performance. Labor hours, labor categories, hourly rates including all indirect costs associated with labor (indicating if the SCA applies), other direct charges including an explanation of need, and indirect costs applicable to other direct costs. The Offeror shall indicate if any of the proposed personnel are subcontractors. 2. Each Offeror's written price quote shall contain the following information for each subcontractor that will provide work under this order: name of the company and individual; type of work, hourly rate, and number of hours; total labor cost of subcontractors proposed, and its corresponding percentage of the quote's overall labor cost. 3. Offerors shall include an estimate of $2,000 in their quote for each period of performance in the event travel outside the Washington, D.C. area is required. NOTE: In an effort to receive the highest quality solution at the lowest possible price the Government requests all available discounts on all materials and services offered by Contractors for this requirement. Offerors are encouraged to offer discounts below open market rates. When discounts are offered, quotes must clearly identify the open market price and the discount price for the labor rate being discounted. Assumptions and Conditions. The Offeror shall detail all assumptions and conditions upon which the Offeror's quotation is based. If no assumptions or conditions are taken by the Offeror, this section should include the statement, "No assumptions or conditions are taken." CONFLICT OF INTEREST CERTIFICATION/DISCLOSURE The Offeror must submit with their quote a completed Conflict of Interest Certification/Disclosure statement. The OCI Certification/Disclosure statement is included in the provisions and certification section of the solicitation. A list of the certifications, provisions, clauses, Department of Labor Wage Determination, and statement of work that apply to this acquisition are included in the documents applicable to this solicitation, which are available to view at: http://govworks.gov/Solic/solicitations.asp The full text of the provisions and clauses are available at: http://www.arnet.gov/far/ or http://farsite.hill.af.mil. Instructions for Submission: Offerors must submit Technical and Price Quotes in separate volumes, electronically, via email to melissa.onyszko@aqd.nbc.gov by the closing date of December 12, 2007 by 4 P.M. Eastern Time (ET). Offerors are advised that failure to submit a response by this date and time may result in their quotation not being considered. NOTE: Due to email server and pipeline limitations, please limit the size of each email with attachments to 3MB. If the Offeror does not have access to email, offers must be mailed to: Attn: Melissa Onyszko NBC/Acquisition Services Directorate (AQD) 381 Elden Street, Stop Suite 4000 Herndon, VA 20170 Please be advised that Acquisition Services Directorate is located in a secure building. If offers are hand delivered, please ensure the courier is instructed to use the courtesy phone in the rear of the lobby (to the right of the elevators) to call the Point of Contact listed above on phone no. (703) 964-3638. A staff member will meet the courier to receive the submittal. TECHNICAL QUESTIONS Offerors must submit all technical questions concerning this solicitation in writing (e-mail is acceptable) to the Contracting Officer, melissa.onyszko@aqd.nbc.gov. All questions must be received no later than 7 days after the release of this solicitation. Acquisition Services Directorate will answer questions which may affect offers in an amendment to the solicitation. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors. The Offeror or source of the question will not be referenced when issuing an amendment to the solicitation.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NB1401GW&objId=371152)
- Record
- SN01458744-W 20071129/071127224010 (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 |