SOLICITATION NOTICE
R -- Emergency Support Section Planning, Logistics, Training and Emergency Response Support Services (ESS)
- Notice Date
- 2/23/2024 8:51:40 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 624230
— Emergency and Other Relief Services
- Contracting Office
- ATF WASHINGTON DC 20226 USA
- ZIP Code
- 20226
- Solicitation Number
- 15A00024Q00000013
- Response Due
- 2/29/2024 10:00:00 AM
- Archive Date
- 03/15/2024
- Point of Contact
- Steven Jaimes, Charles Strickland
- E-Mail Address
-
Steven.Jaimes@atf.gov, charles.strickland_jr@atf.gov
(Steven.Jaimes@atf.gov, charles.strickland_jr@atf.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 02/23/2024: See�15A00024Q00000013_A0002 and its attachments. 02/12/2024: See Amendment_A0001 and its attachments. Also to add Charles Strickland, Contracting Officer, as the secondary point of contact in SAM.gov. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in�subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 15A00024Q00000013 and is issued as a Request for Proposal (RFP), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 624230 with a small business size standard of $41,500,000. This requirement is a Total Small Business Set-Aside and only qualified sellers may submit bids. This requirement is for Emergency Support Section Planning, Logistics, Training and Emergency Response Support Services (ESS). Please see Performance Work Statement (PWS) (Att. A_ESF13_Support_Services_PWS) for full description of the requirement and ""SF33_15A00024Q00000013"" for the list of contract line item number(s) and items, quantities, units of measures. The Period of Performance (POP) will be for one (1) Base year with four (4) Option years. Actual dates will be determined at award. The place of performance shall be at the National Coordination Center at 145 �N� Street, N.E., Washington, D.C. 20530 in addition to the Central Deployment Facility in Richmond, VA and various ATF Field Divisions, other government facilities, and activation sites described throughout the PWS. The contractor�s personnel may be authorized or required to work from worksites other than the place of performance when it�s advantageous to the mission. This shall be approved by the COR, after consultation with the Contract Project Manager, prior to assignment of a worksite or remote location. The selected vendor must comply with the following FAR commercial provisions and clauses, which are incorporated herein by reference/full text respectively: FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the additional clauses in paragraph (b) identified in�""SF33_15A00024Q00000013"". FAR 52.212-1, Instructions to Offerors - Commercial Items and FAR 52.212-2, Evaluation- Commercial Products and�Commercial Services, are not applicable to this requirement. Please see �SF33_15A00024Q00000013� for additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this requirement. Vendors SHALL be registered and Active in the System for Award Management (SAM) system (www.SAM.gov) at the time of quotation submission, pursuant to FAR 52.204-7. Additional ATF local and FAR clauses and provisions may be included in the award. ATF local and FAR clauses and provisions currently incorporated included in �SF33_15A00024Q00000013�. �Additionally, provisions that require fill-ins for this solicitation are included. The vendor shall return these fill-ins with their solicitation response or confirm responses on SAM.gov registration. All questions regarding this solicitation shall be submitted in writing and sent via email to Steven Jaimes at Steven.Jaimes@atf.gov and shall reference the solicitation, 15A00024Q00000013.� All questions shall be received by 1300 EST, February 21, 2024. All proposals shall be submitted via email to Steven.Jaimes@atf.gov by the solicitation response date in Section 9, pg 1, of �SF33_15A00024Q00000013� or the amended date (if applicable). Proposals received after the exact time specified are considered �late�. PLEASE COMPLETE ALL APPLICABLE FILL-IN CLAUSES
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/966c76e4c12344e4a9c20303f9acfca3/view)
- Place of Performance
- Address: Washington, DC 20530, USA
- Zip Code: 20530
- Country: USA
- Zip Code: 20530
- Record
- SN06975315-F 20240225/240223230042 (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 |