Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 24, 2022 SAM #7664
SOLICITATION NOTICE

R -- R--Deployment and Emergency Support

Notice Date
11/22/2022 12:08:34 PM
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
IBC ACQ SVCS DIRECTORATE (00004) HERNDON VA 20170 USA
 
ZIP Code
20170
 
Solicitation Number
140D0423R0018
 
Response Due
12/6/2022 2:00:00 PM
 
Archive Date
12/22/2022
 
Point of Contact
Cooper, Renada, Phone: 0000000000
 
E-Mail Address
renada_cooper@ibc.doi.gov
(renada_cooper@ibc.doi.gov)
 
Description
Pre-solicitation Notice Classification Code: R- Support NAICS Code: 541611 � Administrative Management and General Management Consulting ________________________________________ Solicitation Number: 140D0423R0018 Notice Type: Pre-solicitation Notice Title: Repatriation Deployment Support Services Contracting Office Address: Acquisition Services Directorate, Division I, Branches V Interior Business Center U.S. Department of the Interior DESCRIPTION: This is a Pre-solicitation Notice and is for information purposes only. No responses are required. The U.S. Department of the Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD) on behalf of the Department of Health and Human Services (HHS), Department of Health and Human Services (HHS), Administration for Children and Families (ACF), Office of Human Services Emergency Preparedness and Response (OHSEPR) intends to issue a Request for Proposal (RFP) to provide Repatriation Deployment Support Services. The solicitation will be a Commercial Item Acquisition conducted under Federal Acquisition Regulation (FAR) Part 12-Acquisition of Commercial Items and FAR Part 15-Contracting by Negotiation under which the competitive range, if determined required, will be limited for efficiency. The NAICS code for this requirement is 541611 with a size standard of $21.5 million. This acquisition is being competed as full and open competition on an unrestricted basis. All interested parties may submit a proposal. Offerors other than small business are required to submit a Subcontracting Plan in accordance with FAR 19.704-Subcontracting Plan Requirements. The competitive RFP, RFP amendments, and all questions and answers related to this procurement will be made available via the Internet at SAM.gov under RFP number 140D0423R0018. The RFP is anticipated to be posted approximately on December 6, 2022 and will only be available at SAM.gov. Potential offerors are responsible for accessing the web site. Responses to the Request for Proposal are anticipated to be due within thirty (30) calendar days following the actual date of issuance of the RFP. Award of this requirement is anticipated by April 19, 2023. Interested parties must respond to the RFP in order to be considered for award of any resultant contract. There is no written solicitation document available, telephone requests will not be honored, and no bidders� list will be maintained. Questions from offerors in response to the RFP shall be due by the date specified in the RFP. This acquisition is on a quick timeline and offerors must adhere to all deadlines. The Government anticipates that one (1) Commercial, Hybrid Firm Fixed Price/Time and Materials (T&M) type contracts will be awarded for a twelve (12) month base period and four (4), twelve (12) month option periods for a total of sixty (60) months. This announcement is a Presolicitation Notice only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. A draft version of the Performance Work Statement is attached to this notice to help industry familiarize themselves with the upcoming requirement. Place of Performance: The primary place of performance for these services will be at the vendor�s location for steady-state operations. During incident responses (i.e., emergency repatriation operations), the place of performance for the IMT (including case managers, and occupational health and safety unit) would be in Emergency Repatriation Centers (ERCs) in Port of Entry which will be designated within each option period. For further information, contact: Contract Specialist: Renada L. Cooper at renada_cooper@ibc.doi.gov or Chief Contracting Officer: Steven Chase Bonds at steven_bonds@ibc.doi.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7dd3691c032449f9b5b050e10baaa434/view)
 
Record
SN06525769-F 20221124/221125065241 (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.