SOLICITATION NOTICE
R -- Risk Management Support Services
- Notice Date
- 5/27/2020 1:37:00 PM
- Notice Type
- Solicitation
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- OFC OF CAPITAL ACCESS WASHINGTON DC 20416 USA
- ZIP Code
- 20416
- Solicitation Number
- 0502010EQ0120
- Response Due
- 6/15/2020 12:00:00 PM
- Archive Date
- 06/30/2020
- Point of Contact
- Shelby Hamilton, Phone: (303) 844-7824
- E-Mail Address
-
shelby.hamilton@sba.gov
(shelby.hamilton@sba.gov)
- Small Business Set-Aside
- WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- The U.S. Small Business Administration (SBA) is issuing this competitive solicitation (SOL) # 0502010EQ0120 as a Request for Proposal (RFP) to solicit contractors for the purpose of entering into a Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Risk Management Support Services. This RFP is issued pursuant to Federal Acquisition Regulation (FAR) Part 8�Commercial Items and FAR Part 16.5 Indefinite Delivery Contract.� . This is a notice that the resultant contract is for a 100% Total Women-Owned Small Businesses set-aside requirement.� Only proposals submitted by Women-Owned Small Businesses will be accepted by the Government. Any proposal that is submitted by an Offeror that is NOT a Women Owned Small Businesses will not be accepted. Contractors are requested to notify the Contracting Specialist via email at shelby.hamilton@sba.gov of their intent to propose immediately.� If your firm is interested in this acquisition, you may participate by submitting your response in accordance with the requirements and instructions contained herein. The NAICS for this acquisition is 561110 Office Administrative Services with a small business size standard of $7.5 million. The Product Service Code is R699 Support � Administrative: Other. QUESTIONS DUE DATE: Offeror must submit all technical questions regarding this requirement, or the preparation of your proposal, in writing via e-mail to the Contracting Specialist, Shelby.hamilton@sba.gov. All questions must be submitted via e-mail and must contain RFP number 0502010EQ0120 and Title �Risk Management Support Services� and they must be received no later than 1:00 PM Mountain Standard Time (MST) on May 20, 2020.� Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective contractors.� ONLY EMAILED QUESTIONS WILL BE ANSWERED. Questions received after the specified deadline date/time WILL NOT be accepted. It is the responsibility of the offeror to get their submission in on time and ensure successful delivery to the Government facility. PROPOSAL DUE DATE: Proposals must be submitted via electronic copy directly to the Contracting Specialist at Shelby.hamilton@sba.gov no later than 1:00 PM MST June 15, 2020.� Each volume shall be clearly marked by Volume Number and Title.� The Government reserves the right to not accept proposals received after the closing date and time.� It is the responsibility of the offeror to get their submission in on time and ensure successful delivery to the Government. If you do NOT receive a confirmation email, it is the offeror�s responsibility to follow-up with the contracting Specialist to ensure successful delivery.� ONLY EMAIL SUBMISSIONS WILL BE ACCEPTED. A facsimile proposal or proposal received through the mail will not be accepted. INSTRUCTIONS & SUBMISSION REQUIREMENTS Offeror are required to submit the following documents for the IDIQ contract and for the first task order. Written Technical Proposal (Contractor�s Format), sent in by the contractor Past Performance Price Proposal (Contractor�s Format), sent in by the contractor Your Proposal MUST include the following information on the title page of each volume: A. Tax identification number (TIN)������������������������������������������� ���������������� B. Dun & Bradstreet Number (DUNS) C. Name & Complete Business Mailing Address���������� D. Contact Name E. Contact Phone������������������������������������������������������������������������ ���������������������������������������� ���� F. Contact email address������������������������������������ G. RFP Number: 0502010EQ0120 H. Project Title I.� Proposal Number (contractor's format: this is a unique identified by your office, it�������� could be the date) ����������������������������������� ���� ������ ���������������������������������������������� SAM REGISTRATION Offerors must be registered in and have a completed copy of their representations and certifications in SAM (https://www.sam.gov) and shall indicate as such in their offer. CONTRACT CEILING The estimated contract ceiling for this entire period of performance for this IDIQ is $5,000,000.00. The guaranteed minimum order amount will be $10,000.00. PERIOD OF PERFORMANCE The result of this acquisition for the IDIQ contract will be for a period of performance (POP) for a base period of 1 year with 4 option periods of 12 months each. The First Task order will be for a period of performance of 1 year. ANTICIPATED AWARD TYPE This requirement is for small business set aside for a Single Award Indefinite Delivery Indefinite Quantity contract. The actual work will be done under task orders that define the work and period of performance that is needed. Task order type may be either Firm-Fixed Price or Time-and-Materials/Labor Hour, depending on task order requirements. The IDIQ contract will have fully loaded fixed price labor rates and fixed price rates for each individual loan decision or a fixed price tiered pricing.�� DISCUSSIONS/AWARD WITHOUT DISCUSSIONS The Government reserves the right to award without discussions, so it is in your best interest to include your most favorable terms in your initial submission.� However, the Government reserves the right to permit offerors to revise their submissions. As stated above the Government reserves the right to make an award without discussions, except for clarifications as described herein.� Any exceptions or deviations by the offeror to the terms and conditions stated in this solicitation for inclusion in the resulting contract may make the offer unacceptable for award without discussions.� If an offeror proposes exceptions to the terms and conditions of these requirements, the Government may make an award, without discussions, to another Offeror that did not take exception to the terms and conditions, if such offeror is determined to be the best overall value for this effort. OTHER INFORMATION Failure to submit any of the information required herein will deem your proposal technically unacceptable and removed from further consideration. POINTS OF CONTACT Contracting Officer�s Representative (COR) ����������������������� Small Business Administration ����������������������� ATTN:� To be determined after award ����������������������� Washington, DC Contracting Specialist (CS) ����������������������� The Contracting Specialist (CS) for this effort is as follows: ����������������������� Small Business Administration, Acquisition Division ����������������������� ATTN:� Shelby Hamilton������������������ ����������������������� Contracting Officer ����������������������� The Contracting Specialist (CS) for this effort is as follows: ����������������������� Small Business Administration, Acquisition Division ����������������������� ATTN:� Shelby Hamilton������������������ ATTACHMENTS Attachment A � Statement of Work Attachment B � Quality Assurance Surveillance Plan Attachment C � Position Description Attachment D � Clauses and Evaluation
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/430dbb968a814d6c95ede4d83769df5f/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN05671447-F 20200529/200527230155 (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 |