Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2018 FBO #6180
SOLICITATION NOTICE

R -- Support for Disaster Recovery and Logistics Operations - Package #1

Notice Date
10/23/2018
 
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
19-100-SOL-00003
 
Archive Date
11/23/2018
 
Point of Contact
Cheryl Perdue,
 
E-Mail Address
cheryl.perdue@hhs.gov
(cheryl.perdue@hhs.gov)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Pricing Schedule Past Performance Questionnaire 508 Form Confidential Dislosure SOW SF 1449 cont sheet SOL The Department of Health and Human Services (HHS), Assistant Secretary for Preparedness & Response (ASPR), Office of Resource Management, Contracting and Grants, 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, Management Plan Evaluation Factors and Subfactors, and past performance 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) at the time of the solicitation closing date. 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 19-100-SOL-00003. The closing date of the solicitation will be November 8, 2018 at 08:00 AM Eastern Standard Time (EST). Any questions must be submitted no later than October 30, 2018 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 1 December 2018. Attachments: Attachment 1- SF 1449 Continuation Sheet Attachment 2- Statement of Work (SOW) Attachment 3- Pricing Schedule Attachment 4- Confidential Disclosure Agreement Attachment 5- 508 4192017vpatinstructions Attachment 6- Past Performance Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/OOS/OASPHEP/19-100-SOL-00003/listing.html)
 
Place of Performance
Address: Task Order Specific, HHS/OS/ASPR/EMMO, 200 C Street S.W., ONeill Federal Building, Washington, District of Columbia, 20515, United States
Zip Code: 20515
 
Record
SN05132657-W 20181025/181023230736-28dfecf5f4b7493ae353e4c50e9dab21 (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.