Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2012 FBO #3927
MODIFICATION

R -- Administration for Children and Families (ACF) Head Start Program Financial and Grant Management Analysis

Notice Date
8/23/2012
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
12-233-SOL-00546
 
Point of Contact
Raymond J. Meraz, Phone: 3014438863
 
E-Mail Address
Raymond.Meraz@psc.hhs.gov
(Raymond.Meraz@psc.hhs.gov)
 
Small Business Set-Aside
HUBZone
 
Description
***The notice has been amended for the following descriptive items: Amend consolidated Q&A re: resume requirements. Please note that prospective bidders can submit resumes at their discretion, for which they may deem Key Personnel, and are not necessary for all proposed positions. *********** ***This notice has been amended for the following descriptive items: Extend deadline for proposal receipts to Friday August 24, 2012 5pm EDT. Please note, no additional questions will be accepted as a result of this extension. **** ***This notice has been amended for the following descriptive items: Change period of performance from one base and 2 option years to one eleven-month base period with four (4) twelve-month option periods. Change award from purchase order to contract*** THIS IS A COMBINED SYNOPSIS / SOLICITATION NOTICE. This is a combined synopsis / solicitation for commercial items, prepared in accordance with the format of FAR 12 as supplemented with additional information included in this notice. The reference solicitation number is: 12-233-SOL-00546 This solicitation is issued as a request for Proposal (RFP). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-043. The total contracted dollar amount, including options will not exceed $5 million. The North American Industry Classification (NAICS) Code is 541611. This acquisition is being conducted using Part 12 of the Federal Acquisition Regulation. A Time-and-Materials Contract is anticipated with a base period of eleven months with four (4) twelve-month option periods. This acquisition is a 100% Small Business set-aside. This acquisition is being solicited as a HUBZone set-aside. This competition is restricted to for Historically Underutilized Business Zone (HUBZone) small business concerns. This action is a follow on to the following contract: HHSP3502009002187C Incumbent Vendor: Plaza Personnel The purpose of this procurement is to obtain professional, technical, and administrative support for Head Start and Early Head Start grantees through high quality programmatic, grants management, administrative and analysis services to support the Regional Office staff, in Kansas City, MO. If the CO receives only one acceptable offer from a responsible HUBZone small business in response to this set-aside, the CO may make an award to that firm, without discussion or negotiations. If award cannot be made to a HUBZone business concern, the CO will consider other small business concerns. In this event, a price evaluation preference will be given for HUBZone small business concerns. If the CO receives NO acceptable offers from a small business, the set-aside will be withdrawn and the requirement will be resolicited on an unrestricted basis. This acquisition will utilize a dissolving Set-aside order of precedence following the order of: (1) A total set-aside for small business concerns located in Historically Underutilized Business Zone (HUBZone). (2) A total set-aside for Service-Disable Veteran Owned (SDVOSB) small business concerns. (3) A total set-aside for all small business concerns. (4) A dissolved set-aside open to large business concerns. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that prospective awardees shall be registered in the CCR at www.ccr.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement resulting from this solicitation. NOTE: lack of registration in the CCR will make an offeror ineligible for award. Please read the attached solicitation carefully and prepare your proposal in accordance with the solicitation requirements. It is the Offeror's responsibility to submit all questions and quotes by the scheduled closing date and times in accordance with the attached "Instructions to Offerors". Please note that the deadline for questions is August 10, 2012 by 5:00 PM Eastern Time. All questions must be submitted in writing. All responses will be posted on the Federal Business Opportunities website. Questions must reference the RFP number and be submitted by e-mail (no telephone calls please) to Raymond.Meraz@psc.hhs.gov, as noted in the solicitation. Proposals shall be submitted no later than August 17, 2011 by 5:00 PM Eastern Time. Proposals must reference the RFP number and be submitted by e-mail to Raymond Meraz, as noted in the solicitation. Evaluation of proposals will be conducted in accordance with the criteria identified under Section 11 of the solicitation. This RFP does not commit the Government to pay any costs for the preparation and submission of your proposal. It is also brought to your attention that the Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with the proposed requirement. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is /are providing the best value and discussions are not necessary. It is the offeror's responsibility to monitor the FEDBIZOPPS website for the release of any amendments to this solicitation. No telephone or faxed requests for the solicitation will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/12-233-SOL-00546/listing.html)
 
Place of Performance
Address: 601 E. 12th Street Room 349, Kansas City, MO 64106, Kansas City, Missouri, 64106, United States
Zip Code: 64106
 
Record
SN02852253-W 20120825/120824000217-05f5c6fa34325886639828a6579ee213 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.