SOLICITATION NOTICE
R -- IRS Office of the Chief Procurement Officer Acquisition Support and Professional Services Request for Proposal
- Notice Date
- 5/22/2024 2:10:41 PM
- Notice Type
- Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- NATIONAL OFFICE - DO OTPS/TOPS NEW CARROLLTON MD 20706 USA
- ZIP Code
- 20706
- Solicitation Number
- 2032H8-24-R-00005
- Response Due
- 5/29/2024 6:00:00 AM
- Archive Date
- 06/13/2024
- Point of Contact
- Ronald Callender Jr., Sharrye Favron
- E-Mail Address
-
ronald.a.callenderjr@irs.gov, sharrye.n.favron@irs.gov
(ronald.a.callenderjr@irs.gov, sharrye.n.favron@irs.gov)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- Amendment #00003: The purpose of this modification is to: 1.�� �Release Part 2 of Government responses to questions submitted in response to the RFP # 2032H8-24-R-00005 posted on SAM.gov on May 8, 2024, RFP Amendment 00001 posted on May 10, 2024, and RFP Amendment 00002 posted on May 17, 2024. 2.�� �Update the RFP to include the highlighted language in Section L. 3.�� �Add the transition in/out Contract Line-Item Numbers (CLINs) 0003, 1003, 2003, 3003, and 4003 to Attachment 09_Price Template, Attachment 10_Price Template, and Attachment 11_Price Template. 4.�� �Update the title to state �Attachment 05_IDIQ Labor Category Descriptions and Qualifications�, revise the Labor Category Qualifications for SharePoint Administrator, and revise Labor Category Qualifications for SharePoint Administrator Senior in Attachment 05_IDIQ Labor Category Descriptions and Qualifications. � This requirement is for the establishment of a Multiple-Award Indefinite Delivery Indefinite Quantity (IDIQ) for acquisition support and professional services. This procurement is a competitive 8(a) set-aside. The Contractor shall provide all necessary qualified personnel and services as described in the Performance Work Statement (PWS).�The Contractor shall provide a range of support to include consulting, program management, communications, organizational effectiveness (OE), strategic planning, acquistion lifecycle, acquisition support, acquisition pre-planning activities, enterprise lifecycle, data analysis, data visualization, and robotic process automation. All questions or concerns regarding any aspect of this solicitation shall be submitted electronically via email to�OCPO.ASPS.Requirement@irs.gov no later than May 15, 2024 at 3:00 pm Eastern Daylight Time in accordance with the instructions outlined in the solicitation. Questions or concerns sent to an email address other than the one identified above will not be considered by the Government. � Offerors shall include the appropriate Phase 1 electronic volume folder and proposal documents as stated in Section L of this solicitation via email to OCPO.ASPS.Requirement@irs.gov no later than May 22, 2024 at 3:00 pm Eastern Daylight Time.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/73036f7a5de84694aa12b003b337adc9/view)
- Place of Performance
- Address: Lanham, MD, USA
- Country: USA
- Country: USA
- Record
- SN07073170-F 20240524/240522230045 (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 |