Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2018 FBO #6007
SOLICITATION NOTICE

D -- Sole Source Notification - Justification for Other than Full and Open Competition

Notice Date
5/3/2018
 
Notice Type
Fair Opportunity / Limited Sources Justification
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Agriculture, Forest Service, WO-AQM, 1400 Independence AVE SW, MS-1138, Washington, District of Columbia, 20250-1138, United States
 
ZIP Code
20250-1138
 
Solicitation Number
12318718P0029
 
Archive Date
6/2/2018
 
Point of Contact
Jason M. King, Phone: 7036055309
 
E-Mail Address
jasonmking@fs.fed.us
(jasonmking@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Award Number
12318718P0029
 
Award Date
5/3/2018
 
Description
JOFOC This is a notice of the Government's intent to award a sole source firm-fixed-price contract to IMPLAN Group, LLC by authority of the Federal Acquisition Regulation (FAR) 6.302-1. The period of performance will be 12 months. Services are currently being performed by IMPLAN Group, LLC under contract AG-3187-C-17-0008. Services will commence May 3, 2018 and will expire on May 2, 2019. The services/requirements under this contract will include: 2016 economic dataset for every county and zip code in the US plus software to carry out economic contribution and impact analyses for a variety of tasks; FS budget justification, Forest plan revision briefings to the USDA Natural Resources and Environment Under Secretary, Job and Income Contribution reports for every administrative forest, grassland and FS Region, periodic national level economic contribution analyses for SPBA, annual reports on economic contributions for the Collaborative Forest Landscape Restoration projects, job contribution estimates for the annual National Visitor Use Monitoring report and a variety of other NVUM related reports, and a many other analyses. The North American Industry Classification System (NAICS) for this requirement is 541511 and the annual size standard is $27.5 million. This notice is published for informational purposes only and is NOT a request for competitive offers and a solicitation will not be issued, however, any firm that believes it can meet the requirements herein may submit a written response addressed to the Contracting Officer. All written responses must include a written narrative statement of capability, including detailed technical information demonstrating the company's ability to meet the requirements herein without disruption to the services currently contracted for. Interested sources may identify their interest and submit capability information in response to this notice no later than May 18, 2018, 2:00 p.m. ET via email to jasonmking@fs.fed.us. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WO-AQM/12318718P0029/listing.html)
 
Place of Performance
Address: 201 14th Street, SW, Washington, District of Columbia, 20024, United States
Zip Code: 20024
 
Record
SN04910458-W 20180505/180503231027-8f2f33891ef14e6310f6c27a0dae118e (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.