Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

R -- SBA Office of Disaster Assistance (ODA) ONGOING PROCESS IMPROVEMENT VALIDATION AND IMPLEMENTATION

Notice Date
2/27/2020 8:11:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
OFC OF DISASTER ASSISTANCE WASHINGTON DC 20416 USA
 
ZIP Code
20416
 
Solicitation Number
73351020Q0038
 
Response Due
3/10/2020 1:00:00 PM
 
Archive Date
03/25/2020
 
Point of Contact
Robert Atchison, Tracy L Lambert, Phone: 70348781006714
 
E-Mail Address
Robert.Atchison@sba.gov, Tracy.Lambert@sba.gov
(Robert.Atchison@sba.gov, Tracy.Lambert@sba.gov)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The U.S. Small Business Administration (SBA) is issuing solicitation number 73351020Q0038 as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04 effective 15 Jan 2020. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority in FAR Subpart 13.5 (Simplified Procedures for Certain Commercial Items), and FAR Part 12, Acquisition of Commercial Items. RESPONSE TIME FOR RECEIPT OF QUOTES Quotations are due on or before 4:00PM Eastern Standard Time, 10 MARCH 2020. Quotations will only be accepted via email to the Contracting Officer Robert Atchison at Robert.Atchison@sba.gov. No other forms of delivery are authorized. Please ensure the RFQ number (73351020Q0038) and subject title (ONGOING PROCESS IMPROVEMENT VALIDATION AND IMPLEMENTATION) are clearly marked in the email subject line and at the top of all documents. The Quoter assumes full responsibility for ensuring their responses are submitted and received at or before the exact time and date specified in this notice. Should it be necessary to determine, the time and date recorded at the initial point of entry to the SBA�s email system shall be the official time and date a submission is received. Any submissions after the exact time and date quotations are due is �late� and will not be considered unless it is received before award is made and determined to be in the best interest of the Government. Quoters are encouraged to confirm receipt of submissions. This RFQ is set-aside for Women-owned small business (WOSB) concerns eligible under the WOSB Program (in accordance with 13 CFR part 127). This includes Economically Disadvantaged Women-owned Small Business Concerns (EDWOSB). Quotations will only be considered from WOSB concerns certified in accordance with FAR 19.1503 and 13 CFR 127.300. The NAICS for this acquisition is 541611 (Administrative Management & General Management Consulting Services) with a size standard of $16.5M. The Product Service Code (PSC) for this requirement is R410 (Support- Professional: Program Evaluation/Review/Development). In accordance with FAR 19.1505(a)(2) the SBA has determined WOSB concerns are substantially underrepresented in Federal procurements under NAICS code 541611. Quotations submitted by entities not meeting these requirements will not be considered.*CFR (Code of Federal Regulations) The intent of this RFQ is to issue a Labor Hour (LH) contract type purchase order in support of the SBA�s Office of Disaster Assistance (ODA) for contractor assistance with ongoing process improvement validation and implementation as a result of the completed After Action Report for the agency�s response to the 2017 Hurricanes Harvey, Irma and Maria (HIM). See the attached Statement of Work for details. The anticipated Period of Performance of this effort will be a twelve (12) month base period plus four additional twelve (12) month option periods. The anticipated place of performance for majority of the work will be performed at the Contractor�s Facility. However, travel could be required to ODA Headquarters in Washington, D.C., or one of the regional offices including Herndon, VA; Buffalo, NY; Atlanta, GA; Fort Worth, TX; and Sacramento (Citrus Heights), CA. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote preparation costs. The selected Quoter must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018); FAR 52.212-2, Evaluation - Commercial Items (Best Value/Trade-off) (Oct 2014); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2018) Attachment E to the RFQ; FAR 52.212-4, Alternate I (Jan 2017), Contract Terms and Conditions - Commercial Items (Oct 2018); FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jan 2020), paragraph (a) and the following clauses in paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402); 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note); 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C); 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note); 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018); 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15.U.S.C. 644(r)); 52.219-14, Limitations on Subcontracting (Jan 2017); 52.219-28, (Post Award Small Business Program Rerepresentation (Jul 2013) (15.U.S.C. 632(a)(2); 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018)(E.O 13126); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246); 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212); 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C 793); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332). The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/ *Responses submitted to this notice are considered quotations. Please refer to FAR 13.004 regarding the legal effect of quotations. *The contractor's quote maybe incorporated by reference into the award. *IAW FAR 52.204-14, Service Contract Reporting Requirements is applicable to this effort and a performance requirement and compliance may be reflected in the Contractor Performance Assessment Reporting System (CPARS). Data is required to be entered into the System for Award Management (SAM) under the Contractor�s registration information (unique entity identifier) incorporated in the award. The Contractor shall enter the required data into SAM not later than 31 October for the preceding fiscal year. The Government will not reimburse the Contractor for this requirement as a separately priced line item. *IAW FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. All quoters who intend to submit quotations in response to this solicitation must be registered and have an active record in SAM (https://www.sam.gov/SAM/). Quoters who are found not have an active registration in SAM at the time a quotation is submitted will not be eligible for award and excluded from competition. PLEASE SEE THE INSTRUCTION TO QUOTERS ATTACHMENT FOR SUBMISSION REQUIREMENTS TO INCLUDE EVALUTION FACTORS FOR AWARD.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/170043f9423940719e3e40472eeb8f34/view)
 
Record
SN05574248-F 20200229/200227230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.