Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SOLICITATION NOTICE

G -- Counseling Services - Changing Cultures

Notice Date
9/20/2021 3:44:58 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
ATF WASHINGTON DC 20226 USA
 
ZIP Code
20226
 
Solicitation Number
DJA-21-AWWS-PR-0431
 
Response Due
9/22/2021 6:00:00 AM
 
Archive Date
10/07/2021
 
Point of Contact
Sheray Millhouse, Phone: 2026489071, Fax: 2026489654
 
E-Mail Address
Sheray.Millhouse@ATF.gov
(Sheray.Millhouse@ATF.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
[Amendment #0002 hereby extends this Buy from 11:59am Eastern Standard Time (E.S.T.) on 9/20/2021 to 9:00am E.S.T. on 9/22/2021. Amendment #0001 hereby:� 1) attaches the responses to the questions; 2) extends the close time from 8:00pm E.S.T. Friday, 9/17/2021, to 11:59am E.S.T. Monday, 9/20/2021; and 3) adds FAR clause #52.248-1 below.] The Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) requires counseling services from a certified therapist per the attached Performance Work Statement (PWS). This procurement is set-aside for all Small Businesses (SBs) under the North American Industrial Classification System (NAICS) code 624190, which has a size standard of $12M. QUOTATION INSTRUCTIONS: The vendor shall submit a complete response/quotation to this RFQ via email to Sheray.Millhouse@ATF.gov, to include the fill-ins for ATF clause, #ATF-50 and all-applicable price discounts and reductions. Submissions can be in Microsoft Word, Adobe or Excel (as applicable). Submissions shall not exceed 10 pages and shall be 8"" x 11"" with: 1"" margins; font style Arial, Bookman Old Style, Calibri, Garamond, Georgia, Mont, or Times New Roman; font colors Black and/or Blue; and font size 10-14. Illustrations (e.g., graphic figures, graphs, and tables) can be in font colors other than black or blue, and font sizes 6-12 acceptable, provided the information is legible via the computer. Headers, footers and title/cover pages are not bound by the font-style/color/size requirements and may be outside the page margins. NOTE: Information contained outside of these limitations may not be evaluated. Vendors do not need to submit multiple volumes if they clearly label and organize the sections, to include cross referencing to the PWS where applicable. EVALUATION CRITERIA: ATF will award to the responsible SB firm whose OPEN MARKET quote is the lowest-price, technically acceptable (LPTA). Questions [were] due by 2:00pm E.S.T. Thursday, 9/16/2021, in order to be addressed timely. Technical Capabilities The vendor must possess the unique experience and capabilities described in the attached PWS. The vendor shall fully demonstrate its experience by providing at least three (3) examples/contracts of its work that it has completed within the last three (3) years for other Federal, commercial or private agencies that deal specifically with patients who've been affected mentally and emotionally by recent events related to civil unrest, protests and the death of citizens at the hands of members of law enforcement. All examples/contracts must include the description/scope of the work performed for three (3) firms/organizations/customers, the relevancy to ATF's requirement for each, the firm/organization/customer, point-of-contact information including an email address for each, the contract/order #, the contract value, and duration. The vendor shall also provide resumes (no more than two {2} pages per counselor); the resume pages do not count against the aforestated page limit. Recent (within the past three {3} years) and Relevant (similar in size, scope & complexity) Past Performance ATF will use available sources for past performance information and/or evaluations, thus there's no need to submit such information. TERMS AND CONDITIONS: To be considered for award, the vendor must be either the manufacturer or a manufacturer/Federally-authorized distributors of the equipment/services it's offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer within this RFQ and on the award. Sellers may be required to provide documentation as proof of authorization prior to Award. Items, if applicable, must be NEW and covered by the manufacturer's warranty. Shipping, if applicable, must be Free-On-Board (FOB) Destination Continental United States (CONUS), meaning the seller delivers the goods on its conveyance at destination and is responsible for the cost of shipping and risk of loss. NO PARTIAL SHIPMENTS are permitted unless specifically authorized at the time of award. The selected vendor must also comply with the following Federal Acquisition Regulation (FAR), commercial provisions and clauses, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a); the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.209-6, 52.219-3, 52.219-4, 52.219-6, 52.219-8, 52.217-9, 52.219-14, 52.219-16, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-5, & 52.225-13; the following clauses in paragraph (c): 52.222-41, 52.222-42, 52.222-55, & 52.222-62; and paragraphs (d) & (e). Additionally, the selected vendor must also comply with FAR 52.203-7, 52.203-17, 52.203-18, 52.204-7, 52.204-8, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.204-20, 52.204-24, 52.204-26, 52.209-5, 52.209-11, 52.217-4, 52.217-5, 52.217-8, 52.217-9, 52.229-3, 52.232-39, 52.232-40, 52.242-15, 52.243-1, 52.246-4[, & 52.248-1]. The full text of these clauses may be viewed via https://www.acquisition.gov/far/part-52 per FAR 52.252-1 and 52.252-2. Similarly, the selected vendor must also comply with the Justice Acquisition Regulation (JAR) clause #2833.103, which can be viewed via http://farsite.hill.af.mil/reghtml/regs/other/jar/2833.htm. The selected vendor shall also conform to ATF's provisions and clauses in the attached document: #s ATF-01, ATF-04, ATF-14, ATF-17, ATF-19, ATF-25, ATF-31, ATF-40, ATF-41, ATF-43, ATF-44, ATF-50, ATF-51, ATF-52 & ATF-53. There are no additional contract requirement(s) or terms and conditions (such as contact financing arrangements or warranty requirements) determined by the CO to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities & Allocations System (DPAS) is not applicable.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8de8236bf95f4f8eb4f625fc27f28cc6/view)
 
Place of Performance
Address: Washington, DC 20226, USA
Zip Code: 20226
Country: USA
 
Record
SN06138228-F 20210922/210920230115 (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.