SOLICITATION NOTICE
R -- USMS Legal Notice of Settlement
- Notice Date
- 8/9/2023 5:36:58 AM
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- OFFICE OF PROCUREMENT, INFRASTRUCTURE SUPPORT SECTION � A47 LANDOVER MD 20785 USA
- ZIP Code
- 20785
- Solicitation Number
- USMS_OGC_000061
- Response Due
- 8/18/2023 1:00:00 PM
- Archive Date
- 09/02/2023
- Point of Contact
- Deloyce Barrington
- E-Mail Address
-
deloyce.barrington@usdoj.gov
(deloyce.barrington@usdoj.gov)
- Description
- Subject: Combined Solicitation and Synopsis for Legal Notice of Settlement This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. Description of Requirement: NAICS Code: 541199 PSC: R418 Size Standard: $20.5M Set Aside Status: Unrestricted, Full and Open Statement of Work for Legal Notice of Settlement, see attached. Instructions to Offerors: Due Date and Time for Responses: August 18, 2023, no later than 4:00 PM Eastern Standard Time. Questions: All questions and quotes must be emailed to Deloyce Barrington, Deloyce.barrington@usdoj.gov by COB August 14, 2023. Questions & Answers will be posted as needed via amendments. Point of Contact: The offeror must include a point of contact, phone, and email for questions related to the quote. The following information or factors shall be used to evaluate offers: Experience and Capabilities: The Offeror must submit up to three (3) previous experience summaries of projects worked on within the past five (5) years of similar size, scope, and complexity as the requirements of this solicitation.� �The offeror must demonstrate their capability to successfully perform the requirement. Each narrative shall contain the following information: � � � � a. Type of Notification Services required by the contract. � � � � b. Notification Services provided. � � � � �c. Period of Performance. Price: The offeror must include a price quote for the tasks outlined in the SOW. Basis for Award: A single award for the Legal Settlement Notice services will be made as a result of this solicitation. Best value FAR Part 13 procedures will be used for this acquisition. The offerors will be evaluated as follows: Responsiveness: Partial submissions are not acceptable. The offeror must comply with the instructions stated in this solicitation. Experience and Capabilities: The evaluation will be based on the Table 1 Confidence Ratings. The Government will assign a confidence rating of high, some, or low based on the offeror�s experience and capabilities assessment. Price Reasonableness: The Contracting Officer will conduct an evaluation of price reasonableness in accordance with FAR 13 as applicable. Be otherwise eligible to receive an award: The offeror must be determined responsible pursuant to the general standards in FAR 9.104, be registered in the System for Award Management and otherwise eligible to receive an award. There is no relative importance for the non-price factors and price. After comparison of the non-price factors, the Government will select the quote that offers the best value. This quote will be considered the apparently successful offeror. For the purposes of identifying the trade-off for best value, the following will be considered: � � � � � A lower price may be traded off for a more advantageous offer, � � � � � A higher price may be traded off for a more advantageous offer, � � � � � Quote with highest non-factor merit may not be in the best interest of the Government, or � � � � � Price may be the tiebreaker for equal non-price factors. The Government reserves the right to negotiate only with the apparently successful offeror. If the issues cannot be resolved, the apparently successful offeror will receive no further consideration for award and the Government reserves the right to negotiate with the next successful offeror. This process will continue until the Government has a successful offeror. At the Contracting Officer�s discretion, incomplete quotes may be considered ineligible for award. Evaluation Criteria: Experience and Capabilities Criteria. The Government will evaluate the offeror�s experience and capabilities based on its demonstrated understanding of the objectives of the SOW and planned execution of the project. The following elements will be evaluated: � � � �a. The extent to which the Offeror understands the problems, issues, and constraints involved. � � � �b. The firms experience providing and implementing similar services as those identified in the SOW Section 2.0. Table 1 � Confidence Ratings High Confidence�The Government has high confidence that the Offeror understands the requirement, proposes a sound approach, and will be successful in performing the contract with little or no Government intervention. Some Confidence�The Government has some confidence that the Offeror understands the requirement, proposes a sound approach, and will be successful in performing the contract with some Government intervention. Low�Confidence�The Government has low confidence that the Offeror understands the requirement, does not propose a sound approach, or will be successful in performing the contract even with Government intervention. Price Criteria: Each price quote will be evaluated on the basis of price reasonableness. Offerors must submit one (1) copy of their Price quote. Other Pertinent Information: Organizational Conflicts of Interest. Per FAR Subpart 9.5, the offer must warrant that, to the best of its knowledge and belief, there are no relevant facts or circumstances that would give rise to an organizational conflict of interest. If there is such rise, the offeror must disclose all such relevant information to the Contracting Officer, Deloyce Barrington, deloyce.barrington@usdoj.gov with their quotation. The standard commercial clauses will apply to the resulting purchase order: 52.204-7, System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (applicable clauses will be indicated as appropriate in the purchase order). Additional USMS Clauses: USMS-0001 Release of Residual Funds ($100 or Less) The contractor is advised when submitting the final invoice under this contract to submit an information copy of the invoice to the Contracting Officer. The invoice must be marked �Information Copy � Final Invoice.� If residual funds on the contract total $100 or less, the government will automatically deobligate the residual funds without further communication with the vendor. Upon receipt and payment of the final invoice, it is understood and agreed that all outstanding obligations incurred on the above referenced contract have been satisfied. Therefore, it is further understood and agreed that the government shall not be liable for the payment of any future invoices that may be submitted under the above referenced contract. (Applies to all contracts) (End of clause) USMS-0002 Release of Residual Funds (Greater Than $100) If funds greater than $100 remain on this contract after the final invoice, the Government will issue a bilateral modification to authorize release of those funds. The contractor�s signature on the modification will constitute understanding and agreement that all outstanding obligations incurred on this contract�have been satisfied. The Government shall not be held liable for the payment of any further invoices submitted under this contract. The contractor will have up to 30 calendar days after issuance of the modification to sign and return it. Further, failure to sign and return the modification within the stated time period shall be considered acceptance of the government�s intent to deobligate the residual funds; and releases the Government from any future liability stemming from or related to this contract. (Applies to all contracts.) (End of clause) USMS-0010 CONTRACT/ORDER CLOSEOUT - FIXED-PRICE, TIME-AND-MATERIALS, OR LABOR HOURS Timely contract closeout is a priority under this contract/order. The Contractor shall submit a final invoice within thirty (30) calendar days after the expiration of this contract/order, unless the Contractor requests and is granted an extension by the Contracting Officer, in writing. In addition, and concurrent with the submission of the final invoice, the Contractor shall notify the Contracting Officer of the amount of excess funds that can be deobligated from this contract/order so the closeout process can begin as soon as possible upon expiration of this contract/order. A bilateral contract/order closeout modification will be forwarded to the Contractor by the Contracting Officer and must be signed by the Contractor and returned to the Contracting Officer within thirty (30) calendar days of issuance of the modification. A Contractor�s failure to respond and/or sign the bilateral closeout modification within thirty (30) calendar days of receipt will constitute approval of the terms of the modification and the modification will subsequently be processed unilaterally by the Contracting Officer to deobligate excess funds and close this contract/order. If this contract/order contains option periods, the Contractor is required to submit an invoice within sixty (60) calendar days after expiration of the base period of performance and the expiration of each exercised option period of performance to allow for deobligation of excess funds that were obligated in those respective periods of performance. USMS-0012 Contracting Officer's Representative (COR) USMS-0013 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2018
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/46df3d1080264faab1e107d06bd35516/view)
- Place of Performance
- Address: Arlington, VA 22202, USA
- Zip Code: 22202
- Country: USA
- Zip Code: 22202
- Record
- SN06782948-F 20230811/230809230048 (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 |