Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2016 FBO #5311
SOLICITATION NOTICE

R -- SBA Supervised Lender Safety & Soundness Examination, - SF 1449 solicition

Notice Date
6/6/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541219 — Other Accounting Services
 
Contracting Office
Small Business Administration, Office of Chief Finanical Officer- Aquisition Division, SBA Contracting, 409 Third Street, S.W., Washington, District of Columbia, 20416, United States
 
ZIP Code
20416
 
Solicitation Number
SBAHQ-16-R-0006
 
Point of Contact
Toni Hoskinson, Phone: 202-205-7457 or 303-844-2026
 
E-Mail Address
toni.hoskinson@sba.gov
(toni.hoskinson@sba.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination 2015 4281 rev 2 Attachment 5 - Prior Experience Attachment 4 - Exhibit 4 CA Participant Guide December 28 2015 Attachment 4 - Exhibit 3 Sample Report of Examination Attachment 3 - Consolidated Price Propoal Attachment 2 - Task Order 0001 Attachment 1 - Pricing Sheet Solicitation - List of Attachments Performance Work Statement and Terms & Conditions Solicitation - SF 1449 Solicitation Number: SBAHQ-16-R-0006 Notice Type: Combined Pre-Solicitation/Solicitation SYNOPSIS: SBAHQ-16-R-0006 - SBA Supervised Lender Safety & Soundness Examination, Risk Based Review And Oversight Support Services IS SET ASIDE IS A SMALL BUSINESS SET-ASIDE - THIS IS NOT A MULTIPLE AWARD A combined synopsis/solicitation as an INDEFINITE DELIVERY - INDEFINITE QUANTITY I (IDIQ) Performance Work Statement for services under the Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, this is the solicitation is for The Contractor shall provide services necessary to create a framework for and perform services related to the oversight of SBA Supervised Lenders that receive loan guarantees from the U.S. Small Business Administration (SBA) through the 7(a) loan program. These services shall include assisting with the performance of lender safety & soundness examinations and reviews, providing technical assistance with the administration of lender safety & soundness examinations and reviews, and tracking and managing data related to lender safety & soundness examinations and reviews. The details for this combined synopsis / solicitation are attached to this announcement. The minimum quantity and/or amount to be ordered under this contract shall not be less than the minimum quantity and/or amount shown in the following table. The maximum quantity and/or amount to be ordered under this contract shall not exceed the maximum quantity and/or amount shown in the table. THE MINIMUM AND MAXIMUM AMOUNT IS FOR THE LIFE OF THE CONTRACT which includes the base year and all options periods exercised Minimum - $250,000.00 Maximum - $10,000,000.00 All details are attached to this announcement to include the SF 1449 for information purposes, the Performance Work Statement and Terms and Conditions, the Pricing Sheet, Task Order 0001 and all other attachments and appendices. Award Information: This is a 100% SMALL BUSINESS SET A SIDE. Joint Ventures will be considered in accordance with all applicable FAR and SBA rules and regulations. The award will be for 1 single award. The IDIQ contract will be for a base year and four option years. Task Order 0001 will be award at the time of the Parent IDIQ. Task Order 0001 pricing shall be included as directed in the Solicitation instructions. The estimated value of Task Order 0001 is approximately $850,000 to $1,000,000.00. The proposed base performance period is September 25, 2015 to September 24, 2016. SBA is issuing this solicitation under the North American Industry Classification (NAICS) Code is 541219 with a small business size of $20.5m. The proposals will be evaluated based on the Best Value Trade-off Selection Process. Evaluations will be conducted in accordance with FAR 52.212-2 Evaluations - Commercial Items. LIMITATION ON SIZE AND PROPOSAL DUE DATE: Offerors shall limit Part I, Proposal and Performance Work Statement, of their initial offers to the number of pages stated for each factor below. Offerors are cautioned that if Part I of their offer exceeds this page limitation, the Government will evaluate up through the permitted number of pages only. Pages beyond that limit will not be evaluated. A page is considered to be one side of a single sheet of 8 ½ x 11 paper, single spaced, not smaller than 12 inch type and having margins at the top, bottom and sides of the page no less than one inch in width. All questions related to the solicitation are due to the Contracting Officer at TONI.HOSKINSON@SBA.GOV no later than June 13, 2016 by 5:00pm ET/3:00pm MT. Your submissions will only be received via electronic emails and must be received no later than 12:00 pm (Eastern Time) on July 5, 2016, to the following e-mail address: Toni.Hoskinson@SBA.GOV.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SBA/OOA/OPGM/SBAHQ-16-R-0006/listing.html)
 
Place of Performance
Address: 409 3rd St SW, Washington, District of Columbia, 20416, United States
Zip Code: 20416
 
Record
SN04139032-W 20160608/160606234111-5a68b916d66cd89cf8fffda8721f0ea4 (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.