SOLICITATION NOTICE
R -- Historical Research and Writing Services
- Notice Date
- 9/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW-10-T-0128
- Response Due
- 9/22/2010
- Archive Date
- 11/21/2010
- Point of Contact
- Tiffanie Wilson, 703-428-0173
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(tiffanie.wilson@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. The requirement is 100% small business set aside, and the associated NAICS code is 541720. The size standard is $7 million. The Government will award a firm-fixed price contract from this solicitation. The period of performance is a base year with two 12 month option years. The period of performance reads as follows: Base Year: 30 September 201029 September 2011, Option Year I: 30 September 201129 September 2012, Option Year II: 30 September 201229 September 2013. The Government intends to evaluate offers and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. This requirement is to procure a historical analyst to research and create a manuscript based on the U.S. Army time in Somalia from 1992-1994. Questions pertaining to this requirement are due no later than 16 September 2010, 12:00 PM, Eastern Standard Time. Questions shall be emailed to Contract Specialist, Tiffanie Wilson at Tiffanie.Wilson@us.army.mil. Completed proposals are due 22 September 2010 at 12:00 PM EST. The proposals will be emailed to Tiffanie.Wilson@us.army.mil. Its the sole responsibility of the offeror to review the FEDBIZOPPS.gov website for any amendments or updates. No information, answers to questions concerning this Request for Proposal (RFP) will be provided via telephone. Please see the attached Performance Work Statement for description of services. Award Determination The offeror shall email their proposal to Tiffanie Wilson at Tiffanie.Wilson@us.army.mil. Signed proposals must indicate quantity, unit price, and total amount for each Contract Line Item Number (CLIN). Submittals: The offeror must submit pricing for the following Contract Line Item Numbers (CLIN). CLIN 0001 Labor $__________ CLIN 0002Contractor Manpower Report $_____________ CLIN 1001Labor$___________ CLIN 1002Contractor Manpower Report $_______ CLIN 2001Labor $___________ CLIN 2002Contractor Manpower Report $__________ Please note that the Contractor Manpower Report is an annual requirement. The offerors must return a completed copy of their Representation and Certifications with their proposal. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of proposals, unless another time period is specified in an amendment to the combines synopsis/ solicitation. LATE OFFERS: Proposals or modification of proposals received at the address specified for the receipt of proposals after the exact time specified for receipt of proposals WILL NOT be considered. Clauses can be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with Central Contractor Registration (CCR) at http://www.ccr.gov. To determine Technically Acceptability each offeror must submit technical information that reflects the following: a. Information that shows previous and current experience in performing historical research. b. Information that shows recent experience (within the last three(3) years) in writing a manuscript in a clear and scholarly manner and in conformance with the Chicago Manual of Style. c. The level of education of personnel who will be performing the historical research and writing. Evaluation To determine Technical Acceptability the Government will evaluate the technical information that reflect the following: a. Prior experience in performing historical research. b. Experience (within the last three (3) years in writing a manuscript in a clear and scholarly manner and in conformance with the Chicago Manual of Style. c. Level of education of personnel equal or higher than what is stated in the PWS(paragraph 1.6.8) in performing the historical research and writing. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose proposal is determined to be the Lowest Price Technically Acceptable and will be most advantageous to the Government. The Government will evaluate each offerors technical acceptability as either Acceptable or Unacceptable. Offeror must receive an Acceptable rating in each of the factor (a-c) in order to be eligible for award. The technical capabilities will be rated using the following Adjectival Scale. ADJECTIVAL DEFINITION Acceptable:The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes strengths which significantly outweigh the weaknesses. The risk of unsuccessful performance is at least moderate, as the proposed proposal information is sufficient. The technical proposal is further considered to reflect moderate risk in that it shows the offeror is knowledgeable and capable of completing the requirement. Unacceptable:The proposal demonstrates an approach which, is considered to be a very high risk, and will not be capable of meeting all requirements and objectives. This approach has numerous weaknesses which outweigh the strengths. The risk of unsuccessful performance is very high as the proposal contains technical information which shows the offeror is not capable of completing the requirement. Technical capability is further considered to reflect very high risk in that they lack the necessary experience and credentials, or this information is not supported, in their proposal. Price Price proposals will be evaluated for reasonableness, reasonableness and to determine the best overall value to the Government. The offeror shall also provide a detailed breakout of all labor categories and other costs that are associated with the work specified in the Performance Work Statement. The Government will evaluate offers for award purposes by adding the total of all CLIN prices, including all options to ensure that pricing is not unbalanced. FAR clause 52.217-8 will be included in the resulting contract. In order to evaluate this option price, the Government will include in the total evaluated price an amount equal to half or six months of the price proposed by offerors for the last option period. Evaluation of options will not obligate the Government to exercise the options(s). Price will be evaluated for completeness, reasonableness and the best overall value using the techniques in FAR 15.404-1(b) (2). No adjectival ratings will be used to evaluate Price. Contract Manpower Report Clause: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Actual direct labor hours (including sub-contractors); (6) Actual direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where the contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (OCRA) must be activated. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the internet at http://farsite.hill.af.mil. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793);FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13 Restriction on certain foreign Purchase; FAR 52.232-33, Payment by Electronic Funds Transfer; DFAR 252.232-7003, Electronic Submission of Payment Requests; DFAR 252.246-7000, Material Inspection and Receiving Report; FAR 52.219-6 Notice of Total Small Business Set Aside and FAR 52.219-8 Utilization of Small Business Concerns. FAR 52.202-1 Definitions; FAR 52.203-3 Gratuities; FAR 52.204-4 Printed or Copied Double Sided on Recycled Paper; FAR 52.204-9 Personal Identity Verification of Contractor Personnel;; DFAR 252.201-7000 Contracting Officers Representative; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.204-10 Reporting Subcontract Awards; FAR 52.222-99 Notification of Employee Rights under the National Labor Relations Act
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9a0bcb2428c51dc5589cdca3db95d6e4)
- Place of Performance
- Address: Contracting Center of Excellence (NCR-CC) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
- Zip Code: 20310-5200
- Zip Code: 20310-5200
- Record
- SN02274071-W 20100910/100909000908-9a0bcb2428c51dc5589cdca3db95d6e4 (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 |