Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 27, 2025 SAM #8644
SOLICITATION NOTICE

R -- MTC/GJC DISPATCH ANSWERING SERVICE

Notice Date
7/25/2025 11:06:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561421 — Telephone Answering Services
 
Contracting Office
COLORADO STATE OFFICE Lakewood CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140L1725Q0035
 
Response Due
8/8/2025 4:00:00 PM
 
Archive Date
08/08/2025
 
Point of Contact
Frost, Patrick, Phone: 3032393605, Fax: (303) 2393699
 
E-Mail Address
pfrost@blm.gov
(pfrost@blm.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
BLM-CO MTC/GJC DISPATCH ANSWERING SERVICE Basic Contracting Requirements: 1. Active Registration: www.sam.gov/SAM 2. Invoicing and Payment: www.ipp.gov - 30 day prompt pay after delivery. We can accept and pay interim invoices. 3. FAR Part 12 - Commercial Items Provisions and Clauses 4. FAR Part 13 - Simplified Acquisition Procedures 5. Small Business Set-Aside for NAICS 561421 - Telephone Answering Services - $19. 6. Award of this contract will be on a Price and Other Factors basis. An award will be made to the Contractor whose proposal conforms to the solicitation and represents the best value to the Government based upon Price and Other Factors. Low price will be the deciding factor among similarly graded, technically acceptable offers. No award will be made above the available budget or at a price that can't be determined to be fair and reasonable. The Government will evaluate quotes submitted in response to this solicitation in accordance with the factors listed below. The Government intends not to enter negotiations after the initial review, therefore contractors should submit their best proposal up front 1. Technical Capability/Requirements (Graded as Exceeds, Meets, Does Not Meet) Technical Capability will be assessed based on the proposer's demonstrated experience providing services of similar size and scope for commercial, municipal, state or other federal agencies. The tailored technical response must include how and when the contractor will provide the necessary labor, supervision, quality control, tools, equipment, and supplies. A generic or boilerplate technical response with no specific details will be graded as ""does not meet"". A proposal that demonstrates the aforementioned capabilities will be graded as Meets or Exceeds. The contractor must demonstrate qualifications and experience of the specific key personnel (supervisor and/or foreman) to provide these services. In lieu of prior recent and relevant experience with commercial, municipal, state, or federal agencies, the contractor may submit a detailed business plan that includes: operating costs (including labor, equipment, and supplies); staff (positions, expertise/qualifications and training plus recruitment of any subcontractors); funding sources (including initial capital and any partnerships or other funding sources); and a description of their motor vehicle fleet. This business plan must also address the requirements for operating a commercial business and include a business license, insurance, articles of incorporation and any other applicable requirements. 2. Past Performance (Graded on a confidence scale (Significant Confidence, High Confidence, Confidence, Marginal Confidence, No Confidence. Past performance that shows more relevancy, recency and a higher level of customer satisfaction will be graded higher on the scale. Offeror must provide contact information from three past projects (name, current phone number or email address, contract identification number, overall dollar value) for prior work similar in size and scope completed within the last three years. Past performance will be graded upon the information provided in the proposal and any information contained or referenced in Government data bases, e.g., www.SAM.gov, CPARS Integrity and FPDS-NG. 3. Price: Prices will be revealed to the Technical Evaluation Board after other factors are graded and will be the deciding factor among offers similarly graded offers. Minimum Requirements for a responsive bid: 1. Signed SF-1449 with all your info and price filled out. 2. Technical response showing how you plan to complete the work. 3. Email the above items to the POC no later than the closing date, August 8th, 2025 by 1700 MT, with ""140L1725Q0035 - BLM-CO MTC/GJC DISPATCH ANSWERING SERVICE"" in the subject line. If you have any questions, email the POC before close date.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/030c9bd1301c4803aef0082b5289f390/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07524571-F 20250727/250725230047 (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 |
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.