SOLICITATION NOTICE
R -- Regional Innovation Cluster Initiative Services - Package #1
- Notice Date
- 7/1/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Small Business Administration, Office of Chief Finanical Officer- Aquisition Division, SBA Contracting, 409 Third Street, S.W., Washington, District of Columbia, 20416, United States
- ZIP Code
- 20416
- Solicitation Number
- SBAHQ-14-R-0007
- Point of Contact
- Cheryl T. Flanagan, Phone: 3038442035
- E-Mail Address
-
Cheryl.Flanagan@sba.gov
(Cheryl.Flanagan@sba.gov)
- Small Business Set-Aside
- Partial Small Business
- Description
- Past Performance / Past Experience form Pricing Schedule - form Contract Clauses and Solicitation Provisions Performance-Based Statement of Work Standard Form 1447 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation number is SBAHQ-14-R-0007, and this solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73 Tech Amendment April 29, 2014. This combined synopsis/solicitation is partially set-aside for award to one qualified small business. The remainder of the awards (2-3) are being competed full and open. The NAICS code for this requirement is 541690, Other Scientific and Technical Consulting Services, with a size standard of $14 Million. The Product Service Code is R499, Support - Professional - Other. The SBA, Office of Entrepreneurial Development, has a need for professional support of its Regional Innovation Clusters Program. As a result of the Combined Synopsis/Solicitation, the SBA intends to award a total of three to four contracts to contractors to head cluster initiatives. Each contract will be for a base year and four option years. The base year is expected to be for a firm-fixed, level-of-effort (not-to-exceed) price of approximately $500,000.00 to $600,000.00. The provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition - and the following attached addenda also apply: (1) SF- 1447 - to be completed and signed by Offeror, (2) Performance-Based Statement of Work (SOW), (3) Contract Clauses and Solicitation Provisions, (4) Pricing Schedule to be completed by an Offeror, and (5) Past Performance Information form to be completed by an Offeror. The provision of 52.212-2, Evaluation - Commercial Items applies to this RFP, as does the specific evaluation criteria which can be found in the Solicitation Provisions and SOW. The Regional Innovation Cluster Initiative Services to be performed are fully described in the SOW. The place of contract performance will be of the contractor's choosing. Each Offeror shall include a completed copy of the provision at 52.212-3(b) - Offeror Representations and Certifications - Commercial Items - with its offer. Each Offeror is required to also complete its registration in SAM (System Award Management) and be registered in SAM for the subject NAICS code identified in this Combined Synopsis/Solicitation before submitting its offer. The provision 52.212-4 - Contract Terms and Conditions - Commercial Items - applies to this acquisition along with the contract clauses specifically attached to this notice. The provision of 52.212-5 - Contract Terms and Conditions Required To Implement Statutes of Executive Orders - Commercial Items - applies to this acquisition, along with any identified clauses in the attachment. A complete proposal will include (1) a completed, signed and dated SF-1447, (2) a Technical Proposal submitted in accordance with the SOW and attached Solicitation Provisions, (3) a completed Pricing Schedule, (4) a completed Past Performance-Past Experience Information form, (5) a completed provision found at 52.212-3(b), and (6) a subcontracting plan if Offeror is an other-than-small for-profit business. An award will consist of (1) the SF1447 signed by both parties, (2) SOW, (3) Clauses, (4) Awardee's Technical Proposal, (5) Awardee's Pricing Schedule, and (6) Wage Determinations for the County in which Offeror's main offices are located and, if different, the counties in which the majority of the services will be performed. Potential Offerors may direct questions by email only to the Contracting Officer (CO) within the time allowed following the posting of this Combined Synopsis/Solicitation. Questions and answers will be provided in writing and posted by amendment to this notice on this website. The date and time when written questions by email shall be submitted to the CO is no later than 5 p.m., Mountain Time, July 8, 2014. Note that, due to the press of business, no other form of communication from Offeror will be entertained or replied to by the CO. The date and time when written proposals are due the CO is July 31, 2014, no later than 5 p.m., Mountain Time. All responsible sources/Offerors may submit a written proposal and required supporting documentation that will be considered by the SBA. Proposals shall be mailed or delivered to the physical address of the CO as stated in the attached Solicitation Provisions by the stated date and time. Late proposals may not be considered, at the sole discretion of the CO.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SBA/OOA/OPGM/SBAHQ-14-R-0007/listing.html)
- Record
- SN03411088-W 20140703/140702000734-359a09d1b9d015b61312fab72912941f (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 |