Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2017 FBO #5857
MODIFICATION

R -- Management and Operation NTSB Response Operations Center

Notice Date
12/4/2017
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
National Transportation Safety Board, National Transportation Safety Board, Acquisition Division, 490 L'Enfant Plaza East, SW, Washington, District of Columbia, 20594, United States
 
ZIP Code
20594
 
Solicitation Number
9531BM18R0002ROC
 
Archive Date
1/20/2018
 
Point of Contact
Jacqueline M. Kennedy, Phone: 2023146204
 
E-Mail Address
jacqueline.kennedy@ntsb.gov
(jacqueline.kennedy@ntsb.gov)
 
Small Business Set-Aside
N/A
 
Description
December 4, 2017 - Amendment 0001 Amendment 0001 Notification for Solicitation #: 9531BM18R0002ROC is to (1) revise the solicitation title to "Management and Operation of NTSB Response Operaions Center and (2) strike "All work shall be performed onsite". November 30, 2017 Original Posting The NTSB has a need for 24/7 management and operations services of its Response Operations Center. Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items 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 for this requirement is 9531BM18R0002. This solicitation is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This requirement is issued on an unrestricted basis. The associated NAICS code is 541611, "Administrative Management and General Management Consulting". This requirement is being procured in accordance with FAR Part 15. An agency can obtain best value in negotiated acquisitions by using any one or a combination of source selection approaches. In different types of acquisitions, the relative importance of cost or price may vary. For example, in acquisitions where the requirement is clearly definable, and the risk of unsuccessful contract performance is minimal, cost or price may play a dominant role in source selection. The less definitive the requirement, the more development work required, or the greater the performance risk, the more technical or past performance considerations may play a dominant role in source selection. Background Description of Requirement The NTSB has a need for 24/7 management and operations services of its ROC. The ROC is a state-of-the-art facility that functions primarily as the communications hub for the agency and is located within NTSB headquarters. Its core critical mission is to provide logistical support for accident launches and on-scene investigations. The Contractor shall furnish all communication, logistical, administrative, and management support services in a timely and accurate manner to perform the work described in this SOW. The Contractor shall perform all work in accordance with the terms and conditions of the resultant contract. To support the NTSB's mission, the Contractor shall staff the ROC with a minimum of two (2) people during the traditional work week. The traditional work week is defined in this document as 8:00 a.m. until 5:00 p.m., Monday through Friday. During all other times and on federal holidays, the Contractor shall have a minimum of two (2) people staffing the ROC. The NTSB anticipates issuance of one (1) firm fixed-price type contract. The scope of this requirement is separated into six (6) main Functional Areas (FA): FA-1 Logistical Launch Support Services (Go-Team Launch and On- Scene) FA-2 Tier 1 Internal Customer Support Services FA-3 Information Support Services FA-4 External Telephone Response Services FA-5 Survivor/Accident Victim Family Member Support Services FA-6 Wireless Telecommunications Program Support Services The NTSB ROC is located at NTSB Headquarters. All work shall be performed onsite. National Transportation Safety Board (NTSB) 490 L'Enfant Plaza, SW Washington, DC 20594 The period of performance shall be for one (1) Base Year of 12 months and up to four (4) 12-month option periods. The anticipated dates of performance are as follows: Base Year: 03/01/2018 - 02/28/2019 Option Year 1: 03/01/2019 - 02/29/2020 Option Year 2: 03/01/2020 - 02/28/2021 Option Year 3: 03/01/2021 - 02/28/2022 Option Year 4: 03/01/2022 - 02/28/2023 Basis for Award The NTSB solicits your proposal for management and operation of the NTSB ROC as described in the SOW. This Request for Proposal (RFP) will result in the award of one (1) firm-fixed price contract with a base year with four (4) option years through full and open competition. Contractors are encouraged to be innovative and resourceful in developing their approach to accomplishing the objectives stated in the SOW. As such, they may propose teaming/subcontracting arrangements to fulfill the solicitation requirements, with the provision that the Contractor holds responsibility as the prime contractor for performance of this contract. In responding to this RFP, Contractors shall submit proposals in three (3) separate parts: Technical Merit, Past Performance, and Price: • Part I - Technical Merit: Include all information requested under "Part I - Technical Merit". Exclude any references to price. • Part II - Past Performance: Include all information requested under "Part II -Past Performance". • Part III - Price: Include all information requested under "Part III - Price". Submission of Proposal Your proposal must be received no later than 4:30 p.m., Eastern Standard Time (EST), on January 5, 2018. LATE PROPOSALS MAY NOT BE CONSIDERED in accordance with Federal Acquisition Regulation (FAR) provision 52.212-1. Proposals may be transmitted via email to: Jacqueline M. Kennedy Email: Jacqueline.kennedy@ntsb.gov The maximum size of an email, including attachments, which the NTSB email server can accept is 15 megabytes (MB). Therefore, the Contractor may choose to send their proposal in separate emails, if the combined file size of any email received by the NTSB email server will exceed 15MB. Contractors are encouraged to remove excess graphics from their proposals to ensure proposals remain under the file size limit. It is the Contractor's responsibility to ensure that the designated point of contact has received your proposal at the email address of the contact specified above by the proposal due date. Questions Regarding the Combined Synopsis/Solicitation All questions regarding this combined synopsis/solicitation shall be directed to Jacqueline M. Kennedy via email at Jacqueline.kennedy@ntsb.gov. ALL QUESTIONS MUST BE RECEIVED BY 4:30 p.m. EST on December 15, 2017. Electronic Dissemination of Combined Synopsis/Solicitation Access to this combined synopsis/solicitation and amendments shall be posted on the Federal Business Opportunities website: www.fbo.gov. Amendments to the combined synopsis/solicitation shall be publicized in the same manner as the initial synopsis/solicitation. All Contractors are cautioned that it is your responsibility to frequently check back to the website to ensure that you have received all issued amendments. Primary Point of Contact.: Jacqueline M Kennedy, Contract Specialist Jacqueline.kennedy@ntsb.gov Phone: 202-314-6204 Fax: 202-459-9324 Contracting Office Address: 490 L'Enfant Plaza East, SW Washington, District of Columbia 20594 United States Place of Contract Performance: NTSB HQ Washington, District of Columbia 20594 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NTSB/CMS/WashingtonDC/9531BM18R0002ROC/listing.html)
 
Place of Performance
Address: Contracting Office Address:, 490 L'Enfant Plaza East, SW, Washington, District of Columbia 20594, United States, Place of Contract Performance:, NTSB HQ, Washington, District of Columbia 20594, United States, Washington, District of Columbia, 20459, United States
Zip Code: 20459
 
Record
SN04756162-W 20171206/171204231142-4f240b75d5c9097fd0ecdef167659a32 (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 |
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.