MODIFICATION
R -- Monitoring and Evaluation for (CSSP) program-Afghanistan
- Notice Date
- 6/23/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of State, Bureau of International Narcotics and Law Enforcement Affairs, Grants, Acquisitions, Procurement and Policy Division (INL/RM/GAPP), SA-4 Navy Hill, South Building, 2430 E Street, N.W., Washington, District of Columbia, 20037, United States
- ZIP Code
- 20037
- Solicitation Number
- SINLEC14R0005
- Archive Date
- 7/16/2014
- Point of Contact
- Richard B. Crum, Phone: 202-776-8798
- E-Mail Address
-
crumrb@state.gov
(crumrb@state.gov)
- Small Business Set-Aside
- HUBZone
- Description
- *THIS SOLICITATION DEADLINE IS BEING EXTENDED AND WILL NOW HAVE A PROPOSAL SUBMISSION DEADLINE DATE OF TUESDAY JULY 1, 2014 AT 5PM EASTERN STANDARD TIME. **THERE WERE NO RFP QUESTIONS SUBMITTED/RECEIVED FOR THIS SOLICITATION, THEREFORE THERE ARE NO RESPONSES TO BE POSTED. Monitoring and Evaluation of: Corrections System Support Program (CSSP) in Afghanistan HUBZone set-aside This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Proposal. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). Proposals are being requested and a written solicitation will not be issued aside from the attached document entitled, Monitoring and Evaluation of Corrections System Support Program (CSSP) in Afghanistan, RFP SINLEC14R0005 All questions/inquiries must be submitted to the Contracting Officer via electronic mail (e-mail) on or before June 18, 2014, NLT 11AM, EST. Offers are due on June 25, 2014 at 11:00 AM EST. Inquiries submitted via telephone calls will be re-directed to an e-mail submission. Submit offers or any questions to the attention of Richard Crum via email crumrb@state.gov. Offerors who fail to complete and submit the requirements above may be considered non-responsive. This note is to inform all interested offerors that this procurement will be procured in accordance with FAR Part 13 under SAP test program and FAR Part 19, The Classification Code for this procurement is North American Industry System Code 541611, which applies a small business size standard in dollars of $14M. Subpart 13.5—Test Program for Certain Commercial Items (2) The acquisition will be treated as an acquisition of commercial items in accordance with 12.102(f)(1). The department of state would like potential vendors to provide 1) a summarized strategy on how the HUBZone company will comply with all of the below sited requirements in order to remain on the SBA’s HUBZone certification list for the complete duration of the contract (one year base+one option year) and 2), provide your HUBZone certificate with your proposal to include the initial award date. The Department of State will use this date to calculate the 30 calendars before expiration needed to provide the SBA a re-certification packet, and both parties shall make the recertification process apart of the deliverable matrix within the contract upon award. The Company shall provide a status in the quarterly reports to INL all of the addresses of employees and status of their principle office in order to determine current HUBZone eligibility in accordance with the SBA’s calculator found at http://www.sba.gov/content/understanding-hubzone-program. This will substantially mitigate risk in cost and potential work loss due to a potential HUBZone recertification oversight or loss of a certification. ; A qualified HUBZone eligible for a program pursuant to § 126.200(b) (see below) must “attempt to maintain” ( See § 126.103) the required percentage of employees who reside in a HUBZone during the performance of any contract awarded to the concern on the basis of its HUBZone status. Qualified HUBZone SBCs eligible for the program pursuant to § 126.200(a) must have at least 35% of its employees engaged in performing a HUBZone contract residing within any Indian reservation governed by one or more of the concern's Indian Tribal Government owners, or residing within any HUBZone adjoining any such Indian reservation. See § 126.501 for ongoing obligations). Concerns wishing to remain in the program without any interruption must recertify their continued eligibility to SBA within 30 calendar days after the third anniversary of their date of certification and each subsequent three-year period. 126.200(b); (1) At least 51% owned and controlled by 1 or more persons, each of whom is a United States citizen; (2) Size. The concern, together with its affiliates, must qualify as a small business under the size standard corresponding to its primary industry classification as defined in part 121 of this chapter. (3) Principal office. The concern's principal office must be located in a HUBZone. (4) Employees. At least 35% of the concern's employees must reside in a HUBZone. means all individuals employed on a full-time, part-time, or other basis, so long as that individual works a minimum of 40 hours per month. This includes employees obtained from a temporary employee agency, leasing concern, or through a union agreement or co-employed pursuant to a professional employer organization agreement). (5) Contract Performance. The concern must represent, as provided in the application, that it will “attempt to maintain” ( see § 126.103) having 35% of its employees reside in a HUBZone during the performance of any HUBZone contract it receives. (6) Subcontracting. The concern must represent, as provided in the application, that it will ensure that it will comply with certain contract performance requirements in connection with contracts awarded to it as a qualified HUBZone SBC, as set forth in § 126.700. Simplified Acquisition Procedures in combination with small business HUBZone set-aside procedures found in FAR Part 19.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/INL/INL-RM-MS/SINLEC14R0005/listing.html)
- Place of Performance
- Address: The primary place of performance shall be in the United States at the contractor’s facility. the contractor also shall secure a temporary office space in a good working order with a telephone and internet access. For the oral briefings, INL/Kabul and INL/AP will provide the necessary space and equipment in Kabul and Washington, D.C., Work sites in Afghanistan may include but need not be limited to Kabul (Kabul City and Pol-i-Charkhi), Nangarhar (Jalalabad), Herat (Herat), Bamiyan (Bamiyan), Balkh (Mazar-e-Sharif), Kandahar (Kandahar), Kunduz (Kunduz), and Paktia (Gardez) Provinces, Afghanistan., Kabul, Aghanistan and Washington, DC, Afghanistan
- Record
- SN03403264-W 20140625/140623234827-0821e0b8fa99127e5552028ea661c735 (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 |