Development of a new CWT database from records

Agency:
State: Alaska
Type of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Posted: Apr 25, 2024
Due: May 9, 2024
Solicitation No: 1333MF24Q0053
Publication URL: To access bid details, please log in.
Development of a new CWT database from records
Active
Contract Opportunity
Notice ID
1333MF24Q0053
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 25, 2024 04:28 pm CDT
  • Original Date Offers Due: May 09, 2024 05:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Juneau , AK
    USA
Description

COMBINED SYNOPSIS/SOLICITATION



1333MF24Q0053 FD24-200



Professional services to develop a CWT database based on regulations





(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.





(ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1333MF24Q0053.





(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03 (Feb 2024).





(iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 541511. The small business size standard is $34.0M.





(v) This combined solicitation/synopsis is for purchase of the following commercial services:





CLIN 0001 – Base Year



Services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary for development of a new CWT database from records downloaded from RMIS in 2024. Task 3 and Task 4 deliverables are due by June 30, 2025, and likely on this date for each subsequent option year, in accordance with the Statement of Work. Period of performance: 12 months from Date of Award (DOA), dates to be determined after DOA is known.





CLIN 1001 – Option Year 1



Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for development of a new CWT database from records downloaded from RMIS in 2025. Task 3 and Task 4 deliverables are due by June 30, 2025, and likely on this date for each subsequent option year, in accordance with the Statement of Work. Period of performance: 12 months from Date of Award (DOA), dates to be determined after DOA is known.





CLIN 2001 – Option Year 2



Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for development of a new CWT database from records downloaded from RMIS in 2026. Task 3 and Task 4 deliverables are due by June 30, 2025, and likely on this date for each subsequent option year, in accordance with the Statement of Work. Period of performance: 12 months from Date of Award (DOA), dates to be determined after DOA is known.





CLIN 3001 – Option Year 3



Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for development of a new CWT database from records downloaded from RMIS in 2027. Task 3 and Task 4 deliverables are due by June 30, 2025, and likely on this date for each subsequent option year, in accordance with the Statement of Work. Period of performance: 12 months from Date of Award (DOA), dates to be determined after DOA is known.





CLIN 4001 – Option Year 4



Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for development of a new CWT database from records downloaded from RMIS in 2028. Task 3 and Task 4 deliverables are due by June 30, 2025, and likely on this date for each subsequent option year, in accordance with the Statement of Work. Period of performance: 12 months from Date of Award (DOA), dates to be determined after DOA is known.





(vi) Description of requirements is as follows:



See attached Statement of Work which applies to Base Year and all Option Years 1 – 4.





(vii) Period of performance shall be:





Base Year: 12 months from Date of Award (DOA).



Option Period 1: 12 months, dates to be determined after DOA is known.



Option Period 2: 12 months, dates to be determined after DOA is known.



Option Period 3: 12 months, dates to be determined after DOA is known.



Option Period 4: 12 months, dates to be determined after DOA is known.





(viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment.





(ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Request for Quote form SF18 attachment.





(x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Feb 2024), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer.





(xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment.





(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Feb 2024), applies to this acquisition and can be found in full text on the Request for Quote form SF18 attachment.





(xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment.





(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.





(xv) Quotes are required to be received in the contracting office no later than the date specified in the SAM.gov offers due field. All quotes must be submitted electronically via email to amy.gilliland@noaa.gov





(xvi) Any questions regarding this solicitation should be submitted electronically via email to amy.gilliland@noaa.gov.





UTILIZATION OF FEDCONNECT® FOR CONTRACT ADMINISTRATION



The Department of Commerce will utilize the FedConnect® web portal in administering this award. The contractor must be registered in FedConnect® and have access to the FedConnect® website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect® questions please call the FedConnect® Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect®.





(End)





1352.215-72 Inquiries (Apr 2010)



OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO amy.gilliland@noaa.gov. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 2 days before offerors are due. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.





(End of clause)





FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services



(Sep 2023)





NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote



must be followed. Failure to provide all information to aid in the evaluation may be considered



non-responsive. Offers that are non-responsive may be excluded from further evaluation and



rejected without further notification to the offeror.



1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at



or before the time specified in the solicitation. Email quotes are required and can be sent to amy.gilliland@noaa.gov



2. PRICING SHALL BE SEPARATE FROM TECHNICAL INFORMATION



3. Offeror shall have an active registration in the System for Award Management (SAM found at



https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must



provide their UEID/CAGE CODE with their quote.



4. Offerors shall assume that the Government has no prior knowledge of them or their capability. 5. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria will not be accepted.





“THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF



QUOTES. IT IS THE CONTRACTOR’S RESPONSIBILITY TO REQUEST AND RECEIVE



A CONFIRMATION OF THE QUOTE RECEIPT”.





FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021)



Offers will be evaluated based on price and the factors set forth in paragraph (a).





The evaluation will consider the Non-Price Technical Solution (Technical Approach and Past Performance) to be significantly more important than price. However, as quotes are determined to be more equal in the non-price evaluation factor, price becomes more important and may become the determining factor for award. If, at any stage of the evaluation, all vendors are determined to have submitted equal, or virtually equal, Non-Price Technical Solutions, price could become the factor in determining which vendor will receive the award.





The Government intends to evaluate the quotes and award a purchase order based on the Offeror’s initial quote; therefore, the Offeror’s initial quote should contain the Offeror’s best terms from a Non-Price Technical Solution and price standpoint.





The Government reserves the right not to award a purchase order depending on the quality of the quote(s) submitted and the availability of funds. Furthermore, the Government may waive informalities and minor irregularities or omissions in quotes received.





The Government may make an award to other than the lowest-priced Offeror or the Offeror with the highest technical rating if the Contracting Officer determines that to do so would result in the best value to the Government. The Government will not make an award at a significantly higher overall price to achieve only slightly superior performance capability.





(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 considered. Paragraph (a) is hereby completed as follows: Evaluation



will be based on the following;



Factor 1--TECHNICAL APPROACH. The quotation will be evaluated on how the offeror intends to organize, staff and manage the contract and the means that will be used to accomplish the contract requirements. The degree to which the quotation demonstrates an understanding of the requirements will be evaluated, as well as the offeror's planned management of consultants and subcontractors, if applicable.



Factor 2--EXPERIENCE. The offeror's background, experience, and qualifications will be assessed to determine the likelihood that that offeror can successfully perform the contract requirements and the degree of the risk of non-performance. Offer shall describe the contractor’s experience meeting the requirements shown in the above sections: Scope of Work and Required Knowledge and Experience. Provide resumes for key personnel that will be assigned to work on the contract.



Factor 3--PAST PERFORMANCE. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, effective management of subcontractors, cost management, level of communication between the contracting parties, proactive management and customer satisfaction.




  • Offeror shall provide at least three (3) past performance references. Provide name, address, phone number, and description of the project.





If a quoter has no relevant past performance, the quoter must affirmatively state that it possesses no relevant past performance history. Offerors who fail to either provide past performance information or affirmatively state that they have none, may be considered as non-compliant to the solicitation.



Factor 4 - COST/PRICE. The proposed prices/costs will be evaluated. The cost evaluation will determine whether the proposed costs are realistic, complete, and reasonable in relation to the solicitation requirements.





The Government intends to award a low priced, technically acceptable, single firm fixed-price



purchase order on an all or none basis with payment terms of Net 30.



(b) 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).



(c) A written notice of award or acceptance of an offer, 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.





(End of provision)




Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact


History
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Barrow Courthouse Lease RFP The Alaska Court System (ACS) is seeking proposals from

State Government of Alaska

Bid Due: 5/10/2024

GAOA - El Cap Recreation Area Improvements: Campground and Day Use Area Active

Federal Agency

Bid Due: 5/28/2024

ITB: 2501000064 - Peger Road Engineering & Contracts Building Roof Replacement STATE OF

State Government of Alaska

Bid Due: 5/15/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.