Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 21, 2020 SAM #6779
SOLICITATION NOTICE

R -- Administrative and Professional/Technical Support Services

Notice Date
6/19/2020 7:19:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
OFFICE ACQUISITION MANAGEMENT SPRINGFIELD VA 22152 USA
 
ZIP Code
22152
 
Solicitation Number
15DDHQ20R00000011
 
Response Due
7/24/2020 2:00:00 PM
 
Archive Date
08/08/2020
 
Point of Contact
Jennifer Jordan, Amanda VanderVeen, Phone: 2025988109
 
E-Mail Address
jennifer.b.jordan@usdoj.gov, amanda.j.vanderveen@usdoj.gov
(jennifer.b.jordan@usdoj.gov, amanda.j.vanderveen@usdoj.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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.� The Request for Proposal (�RFP�/solicitation) number is 15DDHQ20R00000011.� The attached solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-05.� The procurement is set aside for 8(a) small business only. The applicable NAICS Code will be 541990 and the Small Business Size Standard is $16.5 million. The Drug Enforcement Administration (DEA), Office of Acquisition & Relocation Management, intends to issue a single (or multiple) Indefinite-Delivery /Indefinite-Quantity (IDIQ) contract for the Administrative and Professional/Technical Support Services nationwide. This will require the Offeror to employ personnel who are qualified and cleared for security background investigations. �The anticipated award will be for one base period and four (4) option years.� Time and material task orders will be issued, on an as needed basis. �The provision at FAR 52.212-1, Instructions to Offerors�Commercial, applies to this acquisition.� The provision at FAR 52.212-2, Evaluation�Commercial Items also applies; the Offeror will be evaluated based on: Understanding of the Requirement, Staffing Approach, Corporate Experience/Past Performance, and Price. Award will be based on the Best Value Trade-Off method.� Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications�Commercial Items. With its offer.� The clause at 52.212-4, Contract Terms and Conditions�Commercial Items, applies to this acquisition.� The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition to include the additional clauses cited in the attached solicitation.� This RFP does not commit the Government to pay any cost incurred in the submission of a proposal or to award a contract for these services. �Please note that the Contracting Officer is the only individual who may legally commit the Government to the expenditure of public funds in connection with this procurement. �All questions regarding this notice should be directed to�Jennifer Jordan�at jennifer.b.jordan@usdoj.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c48d6a36eb20443fb6c635a59fdee9d6/view)
 
Place of Performance
Address: Arlington, VA 22202, USA
Zip Code: 22202
Country: USA
 
Record
SN05696900-F 20200621/200622142803 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.