Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2024 SAM #8326
SOLICITATION NOTICE

B -- Cost Analyst Consultant

Notice Date
9/11/2024 5:06:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
FA6712 911 AW LGC CORAOPOLIS PA 15108-4495 USA
 
ZIP Code
15108-4495
 
Solicitation Number
FA671224Q0100
 
Response Due
9/16/2024 8:59:00 PM
 
Archive Date
10/01/2024
 
Point of Contact
Paul Davisson, Phone: 4124748124
 
E-Mail Address
paul.davisson@us.af.mil
(paul.davisson@us.af.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
Amendment #2, 9/11/2024:� Questions and answers have been considated into one document.� See attached file titled ""Consultant Q and A"". __________________________________________________________________________________________________ Amendment #1, 9/5/2024:� CLIN 0002 for obatining a CAC (if needed), a CAC can be obtained from any DoD facility that has an office that issues CAC's.� The contractor does not have to travel to Pittsburgh to obtain one.� CLIN 0002 can be priced comensurate with the travel and or time associated with obtaining a CAC.� It can be priced at $0.00 if it desired. _________________________________________________________________________________ This is a COMBINED SYNOPSIS/SOLICITATION for non-personal commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6 using, �Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services,� and FAR Part 13, �Simplified Acquisition Procedures,� as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This RFQ is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred in response to this announcement shall be borne by the firm and will not be charged to the Government for reimbursement. The Government reserves the right to cancel this RFQ either before or after the closing date. In the event the RFQ is cancelled, the Government has no obligation to reimburse costs associated with preparing and providing a quote. This combined synopsis/solicitation SHALL be posted to Contract Opportunities (SAM.gov). The Request for Quotation (RFQ) number is�FA671224Q0100. This solicitation documents and incorporates provisions and clauses in effect through the Federal Acquisition Regulations Circular�FAC 2024-06.� It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.� The clauses may be accessed in full text at these addresses:�https://www.ecfr.gov/ and https://www.acquisition.gov/.� The associated North American Industrial Classification System (NAICS) code for this procurement is�541611 Administrative Management and General Management Consulting Services with a Small Business Size Standard of�$24.5M. This solicitation will result in one (1) firm-fixed price order consisting of a base period of 30 days, two option periods of 30 days each with a possible extension of up to 6 months per FAR 52.217-8 Option to Extend Services. The proposed Requirement is a Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside.� Only entities certified by the Small Business Administration to be a SDVOSB may participate in this requirement.� Quotes submitted by entities other with a status other than SDVOSB will not be considered. The due date for submission of questions relating to this solicitation is:� Tuesday September 10th @ 11:59 p.m. eastern time.� Questions received after this date/time will not be considered. The due date for quotes is�Monday September 16th @ 11:59 p.m. eastern time.� � Quotes received after this deadline will not be accepted.� The due date/time for receipt of quotes may be extended if found to be in the best interest of the government. The Pittsburgh 911th Airlift Wing located at Coraopolis, PA requests quotes from SBA certified SDVOSB�s qualified and capable of providing a Cost Analyst for a short-term assignment to carry out functions as listed in the attached Statement of Work (SOW). � Assignment can be performed on-site or virtually. Work hours are flexible � See QUOTE TEMPLATE (Attachment #2) to this notice. Use of any other quote format will not be accepted.� Pricing is to be rounded to two decimal places.� Pricing will automatically calculate based upon input of pricing.� Do not alter or change calculation formulas in column ""F"" of the pricing template.� Only fill in cells highlighted yellow. Place of Performance:� 911th Airlift Wing Pittsburgh Air Reserve Station or can be performed virtually. Period of Performance:� Base period: 30 days from award date and two (2) optional 30-day periods with one optional extension of up to 6-months IAW FAR 52.217-8, Option to Extend Services. __________________________________________________________________________ ADDENDUM TO FAR 52.212-1 - INSTRUCTIONS TO OFFERORS-INFORMATION THAT MUST BE SUBMITTED WITH QUOTATIONS Quotes shall include the following: 1. Pricing for CLINs 0001, 0002, 1001, 2001, 3001 (use Attachment 2 - QUOTE TEMPLATE).� 2. Technical Approach (see below) PART I - PRICE Complete price schedule using attached Quote Template.� Unit prices must be rounded to two decimal places.�Pricing will automatically calculate based upon input of unit pricing.��Pricing for all CLINs must be submitted for the quote to be responsive.� Only fill in Excel cells highlighted yellow.�� PART II - TECHNICAL APPROACH The Offeror shall provide a technical approach to perform tasks specified in the attached Statement of Work (See Attachment 1). Legibility, clarity, and coherence are very important. The narrative should include as specifically as possible, the actual methodology that will be used for accomplishing and satisfying the SOW�s stated requirement(s). The Offeror shall assume that the Government has no prior knowledge of its capabilities, facilities, and experience, thus the Technical Approach will be solely based on the information presented in the Offeror's Technical Capability Narrative. Addendum to FAR 52.212-2 -- Evaluation -- Commercial Products and Commercial Services 1. Evaluation: By submission of its quote, the offeror agrees to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to adhere to all solicitation requirements may result in an offer being determined unacceptable and ineligible for further evaluation. Per FAR 13.106-1(a)(2), the Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: START DATE:� Proposal must clearly state that performance can start immediately, no later than 30 September 2024. TECHNICAL APPROACH PRICE Start date and Technical Approach are more important than price. BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the bid whose start date and technical approach is most advantageous to the government.� Priority will be given to quotes assigned a confidence rating of �Superior� and contain a statement that performance can begin immediately, NLT 30 September 2024.� Government will make an award to the offeror whose quote is most advantageous the government, price and non-price factors considered. It is the Government�s intent to evaluate quotes and award a purchase order without interchanges with Offerors. Therefore, the Offeror's initial quote should contain the Offeror's best terms from a price, and technical standpoint. However, the Government reserves the right to conduct interchanges if the Contracting Officer later determines them to be necessary. Evaluation Process. 1. Start Date: Quotes that provide a statement that performance can begin will next be evaluated for Technical Approach. Any quote with a start date starting immediately, but NLT 30 Sept 2024 or no start date will not be considered for Technical Approach and therefore, not considered for award. � 2. Technical Approach. Quotes will be evaluated for Technical Approach.� The Government will evaluate the quoter�s provided technical information that describes the ability to provide the services described in the SOW to determine the likelihood of successful performance.� The Government will evaluate the quoter�s breadth and depth of experience in performing work of the same or similar nature to the Statement of Work requirements. Technical Approach will be assigned a confidence rating as follows: ��������������� Superior � Quote has an exceptional Technical Approach that clearly demonstrates substantial confidence to the government that the vendor can carry out the requirements contained in the SOW.� Superior rating is achieved by meeting 85% of the following areas below: �burden labor rates; cost and pricing standards; DBA; SCA; sub-contractor pass through fees; bundling and unbundling of requirements from one contract to multiple contracts, �Return on Investment;� administrative costs; predictive maintenance, DCMA audit principles; effect of trade union; and repurposing cost benefit ��������������� Good � Quote has a Technical Approach that clearly demonstrates confidence to the government that the vendor can carry out the requirements contained in the SOW. Good� rating is achieved by meeting 70% of the following areas below:� burden labor rates; cost and pricing standards; DBA; SCA;� sub-contractor pass through fees; bundling and unbundling of requirements from one contract to multiple� Return on Investment; administrative costs; �predictive maintenance, DCMA audit principles, effect of trade union; and repurposing cost benefit. ��������������� Fair - Quote has a Technical Approach that clearly demonstrates low confidence to the government that the vendor can carry out the requirements contained in the SOW. Fair rating is achieved by meeting 60% of the following areas below:� burden labor rates; cost and pricing standards; DBA; SCA;� sub-contractor pass through fees; bundling and unbundling of requirements from one contract to multiple� Return on Investment; and administrative costs; predictive maintenance, DCMA audit principles, effect of trade union; and repurposing cost benefit. Quotes assigned a confidence rating of �Superior� will be given higher consideration for award over those with a confidence rating of �Good� or �Fair�.������������� � 3 �Price Quote Evaluation For price acceptance, all CLINs must have unit prices entered on Attachment #2 - Quote Template.�� Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options Based upon the results of the integrated assessment of the price and non-price price factors, the Government may make an award to other than the lowest-priced quoter or the quoter with the best Technical Approach if the evaluation official determines that to do so would result in the best value to the Government. The Government intends to award a single contract in response to the RFQ. The Government reserves the right not to award a contract depending on the quality of the quotes submitted. Clarifications conducted to resolve minor or clerical errors will not constitute discussions and the Contracting Officer reserves the right to award a contract without the opportunity for a quote revision. The Government intends to award a contract without discussions (while keeping with FAR Part 12 and 13). The Government, however, reserves the right to conduct discussions if deemed in its best interest. The Government reserves the right to make an award to one quoter or to make no award at all. Under FAR part 13, a vendor who submitted a quote but did not receive the award may request a brief explanation of the basis for award decision. The request must be submitted to the Contracting Officer within three days of award notice in sam.gov. __________________________________________________________________________ NOTE: Interested Offerors must be registered in the System for Award Management (SAM) database. Contractors can register via the SAM Internet site at https://www.sam.gov/. Interested Offerors are required to submit their representations and certifications online using the SAM database. Foreign owned companies are not allowed to participate in this solicitation. Method of submission:� Quotes shall be emailed to Paul Davisson at paul.davisson@us.af.mil All quotes shall include a point of contact, name and phone number, CAGE Code, business size under NAICS Code 541611, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. No late submissions will be accepted. Quote packages with incomplete information may not receive additional consideration. Point of contact for this solicitation is: Paul Davisson Paul.davisson@us.af.mil Attachments #1 � Statement of Work #2 � Quote Template
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9d7031f5c7ee41b5b2ea3a7d4e15c335/view)
 
Place of Performance
Address: Coraopolis, PA 15108, USA
Zip Code: 15108
Country: USA
 
Record
SN07206835-F 20240913/240911230118 (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.