MODIFICATION
R -- 504 LOAN RISK OVERSIGHT AND SUPPORT SERVICES - Solicitation 1
- Notice Date
- 7/31/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541211
— Offices of Certified Public Accountants
- 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-0015
- Response Due
- 8/20/2014 12:00:00 PM
- Point of Contact
- Toni Hoskinson, Phone: 3038442026
- E-Mail Address
-
toni.hoskinson@sba.gov
(toni.hoskinson@sba.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Exhibit 8 Exhibit 7 Exhibit 6 Exhibit 4 Exhibit 2 Exhibit 1 Attachment 5 - Exhibit Table of Contents Attachment 4 - Task Order 0001 Pricing Format Sample Attachme 3 - Task Order 0001 Attachment 2 - Prior Experience Sheet Attachment 1 - IDIQ Pricing Sheet Solicitation - Terms & Conditions and Performance Work Statement SF 1449 This solicitation notice is for SBA 504 Program - CDC Risk Based Review and Risk Oversight Support Services for the Office of Capital Access/Office of Credit Risk Management. SBAHQ-14-R-0015 CDC Risk Oversight and Support Services include risk based reviews, technical assistance, and a management/tracking system for 504 Loans for the Small Business Administration. This solicitation is being issued as a Request for Proposal (RFP) for commercial items under the Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items. This is a Total Small Business Set Aside. Joint Ventures will be considered in accordance with all applicable FAR and SBA rules and regulations. The award will be for one Indefinite Delivery Indefinite Quantity (IDIQ) Contract with Fixed Unit Rates, Fixed Labor Rates and Categories with Firm-Fixed Task Orders being issued. The IDIQ contract is for a base period of 12 months and (4) options years. IDIQ contract - minimum is $250,000 over the life of the contract and the Maximum is $20,000,000. The proposed base performance period is September 25, 2014-September 24, 2015. The North American Industry Classification (NAICS) Code is 541211, with a small business size standard of $20.5M. The proposals will be evaluated based on the Best Value Trade-off Source Selection Process. Questions are due August 8,2014 and should be addressed to the Contracting, Toni Hoskinson at TONI.HOSKINSON@SBA.GOV. Proposals are due August 20th, 2014, 12:00 p.m. MDT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SBA/OOA/OPGM/SBAHQ-14-R-0015/listing.html)
- Place of Performance
- Address: Washington DC plus Multiple Locations -, United States
- Record
- SN03445239-W 20140802/140731235829-cf81d41808614ba8725caf826eed06ef (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 |