Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
MODIFICATION

R -- SUPPLY MANAGER SERVICES - Amendment 1

Notice Date
8/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
561330 — Professional Employer Organizations
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Wisconsin, 1 Williams Street, Camp Douglas, Wisconsin, 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J2-17-T-3002
 
Archive Date
9/9/2017
 
Point of Contact
Seth I. Swieter, Phone: 6084271235
 
E-Mail Address
seth.i.swieter.mil@mail.mil
(seth.i.swieter.mil@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Pricing Sheet SF-1449 Updated COMBINED SYNOPSIS/SOLICITATION: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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 is attached. Solicitation W912J2-17-T-3002 incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2005-95, dated 19 JAN 2017. This requirement is set-aside 100% for 8(a) Certified Small businesses. North American Industry Classification System Code (NAICS) is 561330 - Professional Employer Organizations, with a size standard of $27.5M. All qualified 8(a) Certified Small Businesses under this industry are encouraged to submit proposals. DESCRIPTION OF REQUIREMENT: Supply Manager IA Services The contractor shall provide all personnel, materials, supervision, and quality control necessary to perform Supply Manager IA Services, as defined in the Performance Work Statement (PWS). The anticipated Period of performance is 15 September 2017 to 14 September 2018. Travel is not anticipated for these positions BASIS FOR AWARD: The Government evaluate proposals in accordance with FAR 13.106-2 and will award a contract resulting from this solicitation to the responsible contractor whose proposal is determined lowest priced technically acceptable. Offeror's will be evaluated on the following: •1. Price 2. Technical Capability - In order to be determined Technically Acceptable, proposals shall include A & B below. The Contracting Officer will evaluate Federal Systems for C below. •a. Technical Proposal - Proposal should demonstrate an understanding of the requirements as outlined in the Performance Work Statement. • i. Limited to four (4) pages, 12 pt. font, one (1) inch margins •b. Management Capability - Demonstrate capability by providing a management plan • i. Limited to two (2) pages, 12 pt. font, one (1) inch margins •c. Contractor Responsibility Determination - A contractor is deemed responsible if it has zero negative entries in the following systems: •1. System for Award Management •2. Excluded Parties List System •3. Federal Awardee Performance and Integrity Information System Technical Capability will be evaluated on an Acceptable/Unacceptable basis. An offeror shall obtain an "Acceptable" rating to continue further in the competition. Offerors who are deemed to merit an "Unacceptable" rating in the Technical Capability Factor will be removed from further consideration for award. Proposals are evaluated for acceptability, but not ranked using the non-price factors. In order to be considered awardable, there must be an "acceptable" rating in every non-price factor. ADJECTIVAL RATING DESCRIPTION Acceptable: Proposal meets the requirements of the solicitation Unacceptable: Proposal does not meet the requirements of the solicitation AWARD WILL BE MADE TO THE LOWEST PRICED, PROPOSAL DEEMED TECHNICALLY ACCEPTABLE. The Government intends to evaluate proposals and award a contract without discussion. Therefore, the Offeror's initial proposal should contain the Offeror's best terms from a technical and a price standpoint. EVALUATION OF PROPOSALS: The Government will evaluate proposals as follows: All proposals will be evaluated for technical acceptability using the criteria stated above. All proposals that are determined technically acceptable will then be ranked by price from low to high. The Government will then make contract award to the lowest priced proposal deemed technically acceptable. APPLICABLE LABOR LAWS: Wages under this contract are subject to the prevailing wages which can be found at https://www.opm.gov/policy-data-oversight/pay-leave/salaries-wages/2017/general-schedule/ •· REST OF UNITED STATES (Consisting of those portions of the United States and its territories and possessions as LISTED IN 5 CFR591.205 not located within another locality pay area. REFERENCES: The following publications are available electronically at http://farsite.hill.af.mil/ Federal Acquisition Regulation (FAR) Defense Federal Acquisition Regulation Supplement (DFARS) SPECIAL INSTRUCTIONS: Offerors shall be required to return the attached Standard Form 1449 Solicitation, W912J2-17-T-3002 signed and filled in appropriately as their offer along with any additional information required to be submitted by FAR 52.212-1 Instructions to Offerors Addenda and any additional fill-in provisions.. Offerors shall be required to return the attached pricing worksheet signed and filled appropriately detailing the cost of each Line Item on the Standard Form 1449 Solicitation. All contractors MUST be registered in the System for Award Management (SAM) http://www.sam.gov database prior to any contract award. The Government may not delay award for the purpose of allowing a contractor time to register in SAM. Offeror must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. QUESTIONS DUE DATE AND TIME: All questions concerning this solicitation, W912J2-17-T-3002, shall be sent via email to seth.i.swieter.mil@mail.mil by 18 August 2017 at 1:00 PM CST. A question and answer (Q&A) will be posted approximately 2 business days after all questions have been received. OFFER DUE DATE AND TIME: Offers are due 25 August 2017 at 1:00 PM CST. Offerors MUST provide proposal via e-mail ONLY. LATE OFFERS: Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified in the solicitation. Proposals or modification of proposals received at the e-mail address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). CONTRACTING OFFICE CONTACT INFORMATION: All offers and questions pertaining to this solicitation shall be sent by email to the address below. The Government will not answer questions via telephone. MAIN POC: TSgt Seth I. Swieter, Contract Officer, seth.i.swieter.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-17-T-3002/listing.html)
 
Place of Performance
Address: 100 Independence Dr., Camp Douglas, Wisconsin, 54618, United States
Zip Code: 54618
 
Record
SN04624900-W 20170813/170811231856-8b5350126bacfe4ed2be5059fef1f5cf (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  © 1994-2020, Loren Data Corp.