Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2011 FBO #3501
SOLICITATION NOTICE

R -- Executive Consultant - Statement of Work

Notice Date
6/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of Justice, United States Marshals Service, Headquarters Contracts, U. S. Marshals Service, 9th Floor, CS3, FSD, 2604 Jefferson Davis Highway, Alexandria, Virginia, 22301, United States
 
ZIP Code
22301
 
Solicitation Number
DJMS-11-Q-0325
 
Point of Contact
Lanette M. Barnes, Phone: 202/307-9483
 
E-Mail Address
lanette.barnes@usdoj.gov
(lanette.barnes@usdoj.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work 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. This solicitation is being issued using simplified acquisition procedures in accordance with FAR Part 13 Simplified Acquisition Procedures. The proposed contract action is for commercials services for which the Government intends to solicit. Solicitation Number DJMS-11-Q-0325 is being issued as a Request for Quotation (RFQ) unless otherwise indicated herein. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The applicable North American Industry Classification System (NAICS) code is 561110 with a small business size standard is $7.0M. This acquisition is 100% set aside for small business. The United States Marshals Services (USMS) anticipates award of a firm-fixed-price purchase order. The full text of a FAR provision or clause may be accessed electronically at http://farsite.hill.af.mil/. FAR Clause 52.212-1, Instructions to Offerors - Commercial; FAR Clause 52.212-4 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, all apply to this acquisition. Offerors should complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. Statement of Work The contractor shall provide services in accordance with the attached Statement of Work. Proposal Submission Requirements 1) A resume of the principal(s) to include sufficient detail to show expertise and experience in all areas described in the scope of services described above with specific knowledge and experience of the USMS and the federal law enforcement environment; 2) A writing sample of not more than three pages, double spaced, Arial point 12 font that would be suitable for public presentation with the subject, "Challenges and Opportunities Today for the USMS;" and 3) Provide three references that can verify the offerors past performance under previous government contracts. 4) Provide hourly rate(s) for base year and three option years using the pricing tables above. You may provide one or more labor categories, but do not exceed 1,200 hours in any year. Quotations must be submitted electronically using MS Office to lanette.barnes@usdoj.gov not later than 12:00 p.m. EDT on June, 28, 2011. Late quotations will not be considered. How Quotes Will Be Evaluated USMS will consider the overall experience and expertise provided in the resume as they relate to the scope of services and with specific consideration to past contract experience in support of the USMS and other federal law enforcement agencies. We will consider the style, quality and content of the writing sample. USMS will consider the past performance references. The total price will be considered, but will be less important than the quality factors. The price evaluation will include the base and all option years. An award will be made to a responsive offeror who submits all required submissions on time. No information or questions concerning this Request for Quote (RFQ) or requests for clarifications will be provided in response to telephone calls from prospective offerors. Interested offerors must submit any questions concerning this solicitation at their earliest time possible to enable the Buyer to respond. Questions must be submitted to Lanette Barnes at lanette.barnes@usdoj.gov. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Offerrors must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Offerors must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/USMS/HQ002/DJMS-11-Q-0325 /listing.html)
 
Place of Performance
Address: The location of the work under this contract shall primarily be performed at the contractor's location., United States
 
Record
SN02482364-W 20110626/110624235135-e7869189d247faeb2ebae2626f38bb94 (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 |
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.