Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

A -- Program Management and Executive Administrative Support

Notice Date
9/15/2020 2:05:06 PM
 
Notice Type
Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
693KA9 CONTRACTING FOR SERVICES WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
693KA9-20-R-00013
 
Response Due
10/8/2020 1:00:00 PM
 
Archive Date
10/23/2020
 
Point of Contact
Curtis Fields, Annette Oberhofer
 
E-Mail Address
curtis.fields@faa.gov, annette.oberhofer@faa.gov
(curtis.fields@faa.gov, annette.oberhofer@faa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This SIR/RFP is issued in accordance with the Federal Aviation Administration (FAA) Acquisition Management System (AMS), Section 3.2.1.3.11.1.� The purpose of this SIR/RFP is to solicit offers from vendors who are interested and capable of meeting the requirement described in the Statement of Work (SOW) and associated attachments.� The Offices of Acquisition and Business Services (ACQ) and Aviation Property Management (APM) have a requirement for administrative, technical, and management support services.� The services are required to accomplish tasks consistent with the FAA Acquisition Management systems and to maintain interoperability with the FAA Strategic Plan, and other investment projects. This support is essential to the successful planning, transition, and implementation of the ACQ mission activities. The period of performance for this solicitation is anticipated to be two (2) years, consisting of a twelve (12) month base period and one (1) twelve (12) month option period commencing from the date of contract award. This procurement is offered to all qualified, responsive concerns and offers will be considered using a tiered order of precedence.� Each tier will be evaluated using the procedure outlined in section M of the solicitation.� The order of precedence for the tiers will be as follows: First tier � Service Disabled Veteran Owned Small Business (SDVOSB) Second tier � Eligible 8(a) Certified Business Concerns Third tier � Small Business Concerns Fourth tier � Full and Open Competition The North American Industry Classification (NAICS) code for this acquisition is 541611.� The small business size standard $16.5M This announcement is a Request for Proposal (RFP).� Prospective vendors are encouraged to review the solicitation in its entirety and carefully follow all the instructions. The FAA plans to make a single award but reserves to right to make multiple awards if it is in the agencies best interest.� The FAA will not be liable for any costs associated with the preparation of responses to the RFP, nor reimburse or otherwise pay any costs incurred by any party responding to this announcement.� To be considered for award, vendors must be registered in BetaSam.gov and not listed on the Excluded Parties List System (EPLS).� Prospective vendors are hereby on notice that any amendment(s) issued to this solicitation will be published at http://betasam.gov under the current announcements for the FAA Headquarters.�� It is the vendors� responsibility to visit this website frequently for updates on this procurement. �If an amendment is issued and the vendor does not acknowledge it, the vendor�s proposal may be considered nonresponsive to the solicitation.� All responses to this SIR/RFP must be submitted electronically via the internet. All responses must�be encrypted and password protected.� All responses must be received no later 4PM ET, Thursday October 8, 2020 to the contracting officer Curtis.fields@faa.gov. The FAA will conduct a question and answer period before final proposal submission.� All questions must be in writing and submitted in accordance with the instructions provided in the SIR/RFP.� No verbal questions will be answered.� Any questions submitted either after the cutoff date or not on the proper form will not be addressed.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/93ef17a447ef490f83a22cac35387ecc/view)
 
Place of Performance
Address: Washington, DC 20591, USA
Zip Code: 20591
Country: USA
 
Record
SN05797656-F 20200917/200915230151 (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.