Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2022 SAM #7601
SOLICITATION NOTICE

D -- DHS Mentoring Platform

Notice Date
9/20/2022 9:38:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
DEPT OPS ACQ DIV WASHINGTON DC 20528 USA
 
ZIP Code
20528
 
Solicitation Number
70RDAD22Q00000210
 
Response Due
9/21/2022 11:00:00 AM
 
Archive Date
10/06/2022
 
Point of Contact
Bridget Boyle, Phone: 202-843-0933, Tanya M. Hill
 
E-Mail Address
Bridget.Boyle@hq.dhs.gov, Tanya.hill@hq.dhs.gov
(Bridget.Boyle@hq.dhs.gov, Tanya.hill@hq.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Purpose of Amendment 002 is to provide Government responses to vendor questions.� No other changes are made at this time. Attachment: Attachment VI: Amendment 002 Vendor Questions and Government Responses.� *************************************************************************************************************************************************** The Purpose of this Amendment is to as follows: Provide the Government's responses to vendor questions; Revise the solicitation as a result of the Government's responses to vendor questions; Revise Sections ix and xv of combined synopsis/solicitation; Revise Section 2 of Statement of Work of Attachment I on page 2; Revise Factor 1 in Section FAR 52.212-1 Instructions to Offerors of Attachment I on pages 42-43; Revise Factor 1 in FAR 52.212-2 Evaluation�Commercial Products and Commercial Services (NOV 2021 Addendum) of Attachment I on page 46; and Extend the Response Due date and time to Wednesday, September 21, 2022 at 2:00PM EST. No other changes are made at this time. Attachments: Attachment I and Statement of Work (Revised) Attachment II, Combined Solicitation and Synopsis (Revised) Attachment III, Vendor Questions and Government Responses Attachment IV, Past Performance Information Form( WORD version) Attachment V, Schedule B and SOW revised (WORD version) This is an amended combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and 13.106, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation.� Quotations are being requested and a written solicitation will not be issued.�� The Government intends to award Firm Fixed Price (FFP) Purchase Order under Simplified Acquisition Procedures (SAP) using FAR Part 13 to the responsible Quoter whose quotation conforming to this synopsis/solicitation will offer the best value to the Government, price and other factors considered. The Solicitation Number is: 70RDAD22Q00000210. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07.� This acquisition is 100% set aside for Small Businesses. The associated North American Industry Classification System (NAICS) code is 511210, and the Small Business size standard is $41.5M average annual receipts. The Contract Line Item Numbers (CLINS), Description, Quantities, and Units of Measure are: See Attachment I (Schedule B and Statement of Work) The anticipated date for Purchase Order award is on or about September 23, 2022.� The Contractor shall provide a Commercial SaaS Enterprise Mentoring Platform in support of the Department of Homeland Security (DHS), Office of the Chief Human Capital Officer (OCHCO). Period of Performance: One 12-month base period and four 12-month option periods.� The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services applies to this acquisition.� �See addendum to this provision as shown Attachment I. The Purchase Order will be awarded on a Best Value basis.� Quotations will be evaluated on the basis of� Demonstrated Proof of working towards or being in the process of becoming a FedRamp Compliant Mentoring platform or solution, �Technical Understanding and Capabilities, Past Performance, and Price.� Award will be made to the Quoter offering the Best Value to the Government. FAR 52.212-3�Offeror Representations and Certifications�Commercial Products and Commercial Services applies to this acquisition.� The Quoter shall complete only paragraph (b) of this provision if the Quoter has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services applies to this acquisition.� See addendum to this clause on Attachment I.� The FAR provision at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services applies to this acquisition as shown on Attachment I. The following additional FAR clauses are cited: 52.204-7 System for Award Management, 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation and 52.209-10 � Prohibition on Contracting with Inverted Domestic Corporations. The following� HSAR clauses are cited: 3052.209-70 Prohibition on contracts with corporate expatriates (JUN 2006); and 3052.242-72 Contracting Officer's Representative (DEC 2003). Full text of FAR and HSAR clauses and provisions incorporated by reference can be found at www.acquisition.gov. Rating under the Defense Priorities and Allocations System (DPAS) � N/A. � Any requests for additional information or explanations concerning this document must be received via email to the points of contact noted below no later than 10:00 am Eastern Standard Time on Wednesday, September 14, 2022.� In order to receive responses to questions, Quoters must cite the section, paragraph number, and page number.�� Quotations shall be submitted no later than Wednesday, September 21, 2022 at 2:00PM EST and must be submitted electronically (via email) to the individuals noted in section (xvi) below. For more information regarding this solicitation, please contact via email Tanya M. Hill, Contracting Officer, Tanya.Hill@dhs.gov and Bridget Boyle, Contract Specialist, Bridget.Boyle@hq.dhs.gov.�� ************************************************************************************************************************************************** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and 13.106, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation.� Quotations are being requested and a written solicitation will not be issued.�� The Government intends to award Firm Fixed Price (FFP) Purchase Order under Simplified Acquisition Procedures (SAP) using FAR Part 13 to the responsible Quoter whose quotation conforming to this synopsis/solicitation will offer the best value to the Government, price and other factors considered. The Solicitation Number is: 70RDAD22Q00000210. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07.� This acquisition is 100% set aside for Small Businesses. The associated North American Industry Classification System (NAICS) code is 511210, and the Small Business size standard is $41.5M average annual receipts. The Contract Line Item Numbers (CLINS), Description, Quantities, and Units of Measure are: See Attachment I (Schedule B and Statement of Work) The anticipated date for Purchase Order award is on or about September 23, 2022.� The Contractor shall provide a Commercial SaaS Enterprise Mentoring Platform in support of the Department of Homeland Security (DHS), Office of the Chief Human Capital Officer (OCHCO). Period of Performance: One 12-month base period and four 12-month option periods.� The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services applies to this acquisition.� �See addendum to this provision as shown Attachment I. The Purchase Order will be awarded on a Best Value basis.� Quotations will be evaluated on the basis of Demonstrated Proof of� a FedRAMP Authorized or Compliant Solution (Pass/Fail), Technical Understanding and Capabilities, Past Performance, and Price.� Award will be made to the Quoter offering the Best Value to the Government. FAR 52.212-3�Offeror Representations and Certifications�Commercial Products and Commercial Services applies to this acquisition.� The Quoter shall complete only paragraph (b) of this provision if the Quoter has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services applies to this acquisition.� See addendum to this clause on Attachment I.� The FAR provision at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services applies to this acquisition as shown on Attachment I. The following additional FAR clauses are cited: 52.204-7 System for Award Management, 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation and 52.209-10 � Prohibition on Contracting with Inverted Domestic Corporations. The following� HSAR clauses are cited: 3052.209-70 Prohibition on contracts with corporate expatriates (JUN 2006); and 3052.242-72 Contracting Officer's Representative (DEC 2003). Full text of FAR and HSAR clauses and provisions incorporated by reference can be found at www.acquisition.gov. Rating under the Defense Priorities and Allocations System (DPAS) � N/A. � Any requests for additional information or explanations concerning this document must be received via email to the points of contact noted below no later than 10:00 am Eastern Standard Time on Wednesday, September 14, 2022.� In order to receive responses to questions, Quoters must cite the section, paragraph number, and page number. �� Quotations shall be submitted no later than Monday, September 19, 2022 at 10:00 am EST and must be submitted electronically (via email) to the individuals noted in section (xvi) below. For more information regarding this solicitation, please contact via email Tanya M. Hill, Contracting Officer, Tanya.Hill@dhs.gov and Bridget Boyle, Contract Specialist, Bridget.Boyle@hq.dhs.gov.��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4982981526734f88b273fc10d10e75a1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06471997-F 20220922/220920230120 (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.