SOLICITATION NOTICE
R -- Disaster recovery and logistics operations - 17-100-SOL-00016
- Notice Date
- 6/2/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, Office of the Secretary, Acquisitions Management, Contracts, & Grants (AMCG), Office of the Assistant Secretary for Preparedness & Response (ASPR), Department of Health and Human Services, 330 Independence Ave. SW, G640, Washington, District of Columbia, 20201, United States
- ZIP Code
- 20201
- Solicitation Number
- 17-100-SOL-00016
- Archive Date
- 7/7/2017
- Point of Contact
- Cheryl J. Perdue,
- E-Mail Address
-
cheryl.perdue@hhs.gov
(cheryl.perdue@hhs.gov)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- Attachment 5- Past Perf Questionnaire Attachment 4- 508 4192017vpatinstructions Attachment 3- KTR OCI & NDA Attachment 2- pricing Schedule Attachment 1-SOW RFP Continuation Sheet RFP, 17-100-SOL-00016 The Department of Health and Human Services (HHS), Assistant Secretary for Preparedness & Response (ASPR), Office of Acquisitions Management Contract and Grants (AMCG), Washington, D.C., has a requirement for coordinating and implementing disaster recovery and logistics operations. The nature and scope of ASPR's Disaster Recovery and Logistics Operations is contingent on the location of major disasters and the need for ASPR disaster recovery technical assistance. The vendor will be expected to be capable of deploying staff experts in public health, environmental health, behavioral health, social services (including expertise in the post-disaster impacts to children and youth), conduct necessary analysis, planning support, workshop facilitation, and research anywhere in the United States for several weeks to months at a time. The NAICS Code for this requirement is 541611, General Management Consulting Services. The business size standard is $15M size standard in millions of dollars. The product code is R429. This RFP is solicited as a single Indefinite Delivery Indefinite Quantity (IDIQ) award for a base period of twelve (12) months with four (4) twelve (12) month option periods. The contract type will be a Fixed Firm Price (FFP) base IDIQ and FFP, Time & Materials (T&M) or Labor Hour (LH) task orders. This requirement is a total 100% set-side for Women-Owned Small Business (WOSB) concerns. The solicitation will be issued as a Request for Proposal (RFP) utilizing Federal Acquisition Regulation, Part 15, Contracting by Negotiation. Award will be made based on the Government's determination of best-value, using tradeoffs, in accordance with FAR 15.101-1. Technical and Management Plan Evaluation Factors and Subfactors, when combined, are significantly more important than Price and are of equal importance. The Technical and Management Plans are more important than Past Performance. The importance of price as a factor will increase as the Technical, Management Plan, and Past Performance evaluation Factors and Subfactors become closer in merit. There are three aspects to the Past Performance evaluation: recency, relevancy, and quality. Past Performance will be evaluated to determine whether the offeror's present/past performance is recent, and relevant or not relevant to the requirement and how well the offeror performed on the prior contracts. The government reserves the right to award without discussions. If discussions are deemed necessary and are held, the Government may establish a competitive range comprised of all of the most highly rated proposals, unless the range is further reduced for purposes of efficiency. Offerors wishing to submit a proposal are responsible for downloading their own copy of the RFP and for frequently monitoring the site for any amendments. Offerors must be currently registered in the System for Award Management (SAM). Offerors not submitting a fully completed proposal will be considered non-responsive and will not be considered for award. The solicitation number for this requirement is 17-100-SOL-00016. The closing date of the solicitation will be June 22, 2017 at 08:00 AM Eastern Standard Time (EST). Any questions must be submitted no later than June 12, 2017 at 0800 AM. No telephone or fax requests for the RFP package will be accepted. Failure to respond to the electronically posted RFP and associated amendments prior to the date and time set for receipt of proposals may render the offeror non-responsive. Solicitation submittals and any questions must be submitted in writing via e-mail to: Cheryl Perdue, Contracting Officer at Cheryl.perdue@hhs.gov. The anticipated contract award date is approximately end of July 2017. This is a new requirement, therefore there is no incumbent. Attachments: RFP Continuation Sheet Attachment 1- Statement of Work (SOW) Attachment 2- Pricing Schedule Attachment 3- KTR OCI & NDA Attachment 4- 508 4192017vpatinstructions Attachment 5- Past Performance Questionnaire
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/OOS/OASPHEP/17-100-SOL-00016/listing.html)
- Place of Performance
- Address: 200 C Street, Washington, District of Columbia, 20201, United States
- Zip Code: 20201
- Zip Code: 20201
- Record
- SN04531469-W 20170604/170602235136-f11b87f449f00f241801be2aae05915f (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 |