SOLICITATION NOTICE
A -- VAIW National Baseline Study Research Contractor (NBSRC)
- Notice Date
- 12/5/2013
- Notice Type
- Presolicitation
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- Department of Justice, Office of Justice Programs, OJP/Acquisition Management Division, 810 Seventh Street NW, Washington, District of Columbia, 20531
- ZIP Code
- 20531
- Solicitation Number
- DJO-NIJ-14-R-0008
- Archive Date
- 3/31/2014
- Point of Contact
- Karen Stringfield Washington, Phone: 202-514-5731, Mary Taneyhill, Phone: 202-514-5546
- E-Mail Address
-
Karen.Washington@usdoj.gov, Mary.Taneyhill@usdoj.gov
(Karen.Washington@usdoj.gov, Mary.Taneyhill@usdoj.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The Office of Justice Programs (OJP), Acquisition Management Division (AMD), Washington, DC intends to issue a solicitation for a Violence Against Indian Women (VAIW) National Baseline Study Research Contractor (NBSRC). This solicitation is a total small business set-aside; the period of performance is estimated to begin on or before March 5, 2014, (with exact dates shown within the solicitation). The applicable NAICS code is 541720 and the size standard is $19 Million. Award will be based on the procedures described in FAR Part 15 and best value to the Government. Services under this requirement will be performed offsite. The contract type is Time and Materials with a six month base period and three 12-month option periods. The Government will make an award to the responsible offeror whose proposal, conforming to the solicitation is considered to be most advantageous to the Government. The solicitation will be made available on or about December 20, 2013, and will be posted to the General Services Administration Federal Business Opportunities website: http://www.fedbizopps.gov. All future information about this acquisition, including solicitation amendments, will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. The anticipated date for receipt of proposals is February 3, 2014, at 3:00 PM. Payments will be made using Electronic Funds Transfer (EFT). Each offer is required per 52.212-3 to complete their representations and certifications via the On-line Representations and Certifications Applications (ORCA) at http://orca.bpn.gov. Faith-Based and Community Based Organizations (AUG 2005) is included. Proposals will be delivered to the point of contact in the solicitation. Fax proposals will not be accepted. Offerors shall be required to provide a written proposal. Written proposals shall be comprised of a transmittal letter and two volumes. Offerors shall submit (1) original, four (4) hard copies and one (1) electronic version (Microsoft Word format) of each. All interested parties MUST be registered in the System for Award Management (SAMS) Database. If you are not registered with SAMS, you may access at http://www.sam.gov. Any Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be certified in Vet Biz. If you are not certified with Vet Biz, you may access at www.VetBiz.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/LEAA5/LEAA5/DJO-NIJ-14-R-0008/listing.html)
- Record
- SN03245915-W 20131207/131205234424-1283307cbe0838870fbdd6b6892d46ce (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 |