Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 08, 2023 SAM #7955
SOLICITATION NOTICE

R -- SBA Independent Valuation Consulting Services

Notice Date
9/6/2023 1:31:14 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
OFC OF PERF MGMT AND CFO WASHINGTON DC 20416 USA
 
ZIP Code
20416
 
Solicitation Number
73351023R0027
 
Response Due
9/15/2023 10:00:00 AM
 
Archive Date
10/01/2023
 
Point of Contact
Tracie Gutierrez, Phone: 3038443878, Patrick Ferguson, Phone: (571) 420-0590
 
E-Mail Address
tracie.gutierrez@sba.gov, patrick.ferguson@sba.gov
(tracie.gutierrez@sba.gov, patrick.ferguson@sba.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation / 736351023R0027 SBA � Independent Valuation Consulting Services � Office of Investment and Innovation (OII) Product Service Code �R499 - Support- Professional: Other NAICS Code � 541611 � Administrative Management and General Management Consulting Services/size standard $24.5M This acquisition is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 15, as supplemented with additional information included in this notice.�� This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation number is 73351023R0027, and this solicitation is issued as a request for -proposal (RFP). This combined synopsis/solicitation is 100% set-aside for small business.� Multiple (2 to 3) awards are contemplated.� The NAICS code for this requirement is 541611, Administrative Management and General Management Consulting Services, with a size standard of $24.5 Million. The Product Service Code is R499 - Support- Professional: Other. The SBA, Office of Investment, and Innovation (OII), other SBA offices and Department of Defense (DoD) may utilize the IDIQ�s if they have a need for Independent Valuation Consulting Services.� As a result of the Combined Synopsis/Solicitation, the SBA intends to award 2 to 3 indefinite-delivery indefinite-quantity (IDIQ) contracts to contractors for independent valuation consulting services.� Each contract will have an ordering period of sixty (60) months.� The provision 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (Mar 2023), applies to this acquisition � and the following attached addenda also apply:� (1) SF- 1449 � to be completed and signed by Offeror, (2) Performance Work Statement (PWS) with its 8 attachments, (3) Contract Clauses and Solicitation Provisions, (4) Pricing Schedule to be completed by the contractor, and (6) Past Performance Information form to be completed by the contractor and the contractors clients. The provision of 52.212-2, Evaluation � Commercial Products and Commercial Services (NOV 2021) applies to this RFP, as does the specific evaluation criteria which can be found in the Solicitation Provisions and -PWS. The examination and related services to be performed are fully described in the PWS. The Contractor�s location, to include telework or remote work as defined and applied within the Contractor�s established policies and procedures. Each Offeror is required to complete its registration in SAM (System for Award Management) and be registered in SAM for the subject NAICS code identified in this Combined Synopsis/Solicitation as a small business before receiving an award.� The provision 52.212-4 � Contract Terms and Conditions � Commercial Products and Commercial Services (DEC 2022) - applies to this acquisition along with the contract clauses specifically attached to this notice. The provision of 52.212-5 � Contract Terms and Conditions Required to Implement Statutes of Executive Orders � Commercial Products and Commercial Services (Jun 2023) - applies to this acquisition, along with any identified clauses in the attachment. A complete quote will include (1) a completed, signed, and dated SF-1449, (2) a Technical Approach submitted in accordance with the SOW and attached Solicitation Clauses and Provisions, (3) a completed Pricing Schedule, (4) a completed Past Performance Questionnaire, and (5) any exceptions or changes. Reference Section E � Submission Of Quotes An award will consist of the following: Attachment 1 - Pricing Sheet IDIQ Attachment 2 - Pricing Sheet Task Order Attachment 3 - Cyber_Acquisition_Language_2022-02-25 Attachment 4 - Limitation on Subcontracting Report Template Attachment 5 - Contractor Confidentiality and Non-Disclosure Agreement Attachment 6 - Credit Report Release for Employment Attachment 7 - Contractor e-QIP Checklist Attachment 8 - Past Performance Questionnaire Attachment 9 - Questions and Answers Attachment 10 - TO1-Task 9 Special Purpose Define Risk Assessments 9.1.23 �(1) the SF-1449 signed by both parties, (2) PWS with Clauses, (3) Awardee�s Technical Proposal, (4) Awardee�s Pricing Schedule. Potential Offerors may direct questions by email only to the Contracting Officer (CO) and the Contract Specialist (CS) within the time allowed following the posting of this Combined Synopsis/Solicitation.� Questions and answers will be provided in writing and posted by amendment to this notice on this website.� The date and time when written questions by email shall be submitted to the CO/CS is no later than 1 p.m., Eastern Time, September 8, 2023.� Note that, due to the press of business, no other form of communication from Offeror will be entertained or replied to by the CO/CS.� The email address for the CO/CS is tracie.gutierrez@sba.gov and Patrick.ferguson@sba.gov. The date and time when written proposals are due to the CO/CS is September 15, 2023, no later than 1 p.m., Eastern Time. All responsible sources/Offerors shall submit the technical and pricing proposals along with all required supporting documentation that will be considered by the SBA. Proposals shall be emailed to the CO/CS by the stated date and time. Late proposals may not be considered, at the sole discretion of the CO.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/531b1f4453374d25bb4566cab88bbcae/view)
 
Place of Performance
Address: Washington, DC 20024, USA
Zip Code: 20024
Country: USA
 
Record
SN06820056-F 20230908/230906230104 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.