MODIFICATION
R -- Solicitation Notice for One Acquisition Solution for Integrated Services (OASIS) Small Business (SB). OASIS SB is a Multiple Award (MA), Indefinite Delivery, Indefinite Quantity (IDIQ) solicitation.
- Notice Date
- 8/20/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), OASIS Program Management Office (QSA), 1800 F Street NW, Washington, District of Columbia, 20405, United States
- ZIP Code
- 20405
- Solicitation Number
- GS00Q-13-DR-0002
- Point of Contact
- Aretha T. Latimer, Phone: 202-997-3896, Grace H. Parker, Phone: 202-805-8060
- E-Mail Address
-
terrie.latimer@gsa.gov, grace.parker@gsa.gov
(terrie.latimer@gsa.gov, grace.parker@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Number: GS00Q-13-DR-0002 Notice Type: Presolicitation This presolicitation notice, in accordance with Federal Acquisition Regulation (FAR) 5.204, is posted by the General Services Administration (GSA), Federal Acquisition Service (FAS) to announce the intention to issue a Request for Proposal (RFP) for One Acquisition Solution for Integrated Services (OASIS) Small Business (SB) to conduct On-Ramping for Pool 1. OASIS SB is a Multiple Award (MA), Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with the authority to reopen the solicitation for the purposes of conducting On-Ramping using Full and Open Competition after Exclusion of Sources procedures under FAR 6.2. The intended RFP is an open season On-Ramp to add contractors onto the existing OASIS SB contract vehicle. The On-Ramp will be conducted IAW section H.15.3 of the original solicitation, GS00Q-13-DR-0002. The Government is anticipating multiple contract awards for Pool 1, with the number of anticipated awards to be announced in the solicitation. Scope of Work: The Solicitation is designed to address the need for a full range of service requirements that integrate multiple professional service disciplines and ancillary services/products with the flexibility for all contract types and pricing at the task order level. The services to be provided under the OASIS SB MA-IDIQ solicitation are intended to meet the professional service mission requirements of all Federal agencies, including all organizations within the Department of Defense (DoD) and National Security Community. The scope of OASIS SB spans many areas of expertise and includes any and all components required to formulate a total solution to a professional services based requirement. These areas of expertise include, but are not limited to the following categories. Communication Compliance Defense Disaster Energy Environment Financial Health Intelligence Security Transportation Regardless of the particular area of expertise of the agency originating the requirement, OASIS SB can be used to support and/or improve an organization's Program Management, Management Consulting, Engineering, Scientific, Logistics, and Financial disciplines that span all life cycle phases for a total integrated solution. Period of Performance: The period of performance of OASIS SB contracts resulting from the intended solicitation for On-Ramping in Pool 1 will be from the date of the Notice-To-Proceed through June 19, 2019 (i.e., coterminous with the existing term of all other OASIS SB Contractors), with 1(5-year) option that may extend the cumulative term of the contract an additional 5 years. Once the OASIS SB MA-IDIQ contracts are awarded, task orders will be issued and awarded in accordance with FAR 16.505 procedures. NAICS Code: The procurement is a 100% Total Small Business Set-Aside. The primary NAICS code for Pool 1 is 541330. The small business size standard is $15M. The final solicitation will be available on or about _ September 9, 2018. The due date for receipt of proposals will be stated in the solicitation. The solicitation will only be available for download through the Federal Business Opportunities (FBO) website at https://www.fbo.gov/. Offerors are responsible for downloading the solicitation and for monitoring FBO for amendments or additional information. All interested Offerors must be registered in the System for Award Management (SAM) prior to receiving an award. You may access SAM at https://www.sam.gov/portal/public/SAM/. Any questions regarding this notification should be directed via email to oasissb@gsa.gov. Contracting Office Address: GSA Office of Chief Finance GSA, Professional Services and Human Capital 1800 F Street, NW 4th Floor Washington, D.C. 20006 Place of Performance: TBD at Task Order Level Primary Point of Contact: Terrie Latimer, SB Contracting Officer oasissb@gsa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1a93e3df6ce62edacfda239e7a3212ec)
- Place of Performance
- Address: GSA Office of Chief Finance, GSA, Professional Services and Human Capital, 1800 F Street, NW. 4th Floor, Washington, District of Columbia, 20006, United States
- Zip Code: 20006
- Zip Code: 20006
- Record
- SN05045242-W 20180822/180820231040-1a93e3df6ce62edacfda239e7a3212ec (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 |