Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 11, 2019 FBO #6529
SOLICITATION NOTICE

R -- GSA AUCTION AND MARSHALLING SUPPORT PROGRAM

Notice Date
10/9/2019
 
Notice Type
Presolicitation
 
NAICS
425120 — Wholesale Trade Agents and Brokers
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Office of Acquisition Operations, Office of Travel, Motor Vehicles and Card Services (QMA), 1800 F Street NW, Washington, District of Columbia, 20405, United States
 
ZIP Code
20405
 
Solicitation Number
47QMCA19R0001
 
Archive Date
11/30/2019
 
Point of Contact
Jeffrey M. Meyers, Phone: (703) 605-2951
 
E-Mail Address
jeffrey.meyers@gsa.gov
(jeffrey.meyers@gsa.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
Auction and Marshalling Services Pre-Solicitation Notice NOTE: THE SOLICITATION NUMBER HAS BEEN CHANGED FROM THE NUMBER WHICH WAS POSTED IN THE INDUSTRY DAY (QMAA-JM-190001-D). THE NEW/UPDATED SOLICITATION NUMBER IS 47QMCA19R0001. THE URL FOR THE ORIGINAL INDUSTRY DAY NOTICE POSTED FEBRUARY 21, 2019 IS: https://www.fbo.gov/?s=opportunity&mode=form&id=2397625a4ca05c491a257f7b3d425c97&tab=core&_cview=1 GSA will issue a Request for Proposal (RFP) for Vehicle Auction and Marshalling Services via Solicitation Number 47QMCA19R0001. Auction and Marshalling support is needed in the 48 Contiguous States, the Disctrict of Columbia, Alaska, Hawaii, and Puerto Rico. A competitive solicitation will be issued on/about October 25, 2019 at this website ( www.fbo.gov ) and will close on/about December 9, 2019. The contract type will be Multiple Award, Indefinite Delivery Indefinite Quantity, Fixed-Price with Economic Price Adjustment Contract. Task and Delivery Orders may be awarded by region to those vendors who receive an award. The period of performance will be one (1) base period of one (1) year with four (4) one (1) year options. This procurement is partially Set-Aside for Small Business concerns and the set-aside will be implemented at the task order level. Ten Percent (based upon the Independent Government Cost Estimate) of the task orders will be set aside for small business firms. The NAICS code for this procurement is 425120 and the size standard to be considered a Small Business is 500 employees or fewer. Prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov to include Representations and Certifications. Offers must be in English and whole U.S. Dollars. This requirement will be solicited in accordance with FAR Part 12 - Acquisition of Commercial Items and Source Selection procedures found in FAR Part 15 - Contracting by Negotiation. Anticipated Evaluation Factors are: Technical Capability and Management Approach, Past Performance, and Price. This is a Multiple Award, Indefinite Delivery Indefinite Quantity (IDIQ) solicitation wherein each contractor may potentially receive an award. The best value requirement used will be low price technically acceptable (LPTA). While potentially all firms may receive a contract, task orders are issued at a local level based upon region. There is no guarantee that any firm that is awarded a contract will be awarded a task order. As a part of the submission requirements, GSA will require contractors to complete their offers via Qualtrics (obtainable via online request to GSA; the URL to request Qualtrics access will be in the solicitation). Qualtrics enables GSA to evaluate the Technical Capability and Management Approach, Past Performance, and Price evaluation criteria. Submitting separate technical information aside from Qualtrics will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8512bd761e286ecfc3eff6c223afbb91)
 
Place of Performance
Address: The 48 Contiguous States, Alaska, Hawaii, and Puerto Rico. Contract Administration will be at, General Services Administration, 1800 F ST NW, Hub 3400, Washington, District of Columbia, 20405, United States
Zip Code: 20405
 
Record
SN05471413-W 20191011/191009230422-8512bd761e286ecfc3eff6c223afbb91 (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.