Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2024 SAM #8289
SOLICITATION NOTICE

R -- USMMA Provost Recruitment

Notice Date
8/5/2024 4:45:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561312 — Executive Search Services
 
Contracting Office
693JF7 DOT MARITIME ADMINISTRATION WASHINGTON DC 20590 USA
 
ZIP Code
20590
 
Solicitation Number
693JF724Q000010
 
Response Due
8/20/2024 11:00:00 AM
 
Archive Date
09/30/2024
 
Point of Contact
Erica L Williams, Phone: 2023662803, Durba Ray, Phone: 2023669551
 
E-Mail Address
erica.williams@dot.gov, durba.ray@dot.gov
(erica.williams@dot.gov, durba.ray@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PLEASE READ NOTICE IN ITS ENTIRETY TO ENSURE SUBMISSION OF A RESPONSIVE PROPOSAL!! (i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is 693JF724Q000010 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. (iv) This RFP is issued as a 100% Small Business set-aside. The NAICS code for the effort is 561312 � Executive Search Services with a small business size standard of $34M. To be eligible, concerns must be a Small Business both at the time of its initial offer through the end of the period of performance. (v) CLIN 0001 (FFP) � USMMA Executive Search � Provost � 1 JOB $______________ (vi) The purpose of this acquisition is to procure a higher-education-focused executive search firm with a demonstrated record of success in recruiting and facilitating the hiring of college/university Provosts.� The firm will identify advertising sources and seek out, identify, directly engage with, and refer highly qualified candidates for the U.S. Merchant Marine Academy (USMMA) Senior Executive Service (SES) position of Provost. See complete Performance Work Statement Attachment. A single contract will be awarded. (vii) The estimated period of performance is September 20, 2024, through December 20, 2024. Note: The contractor should not expect there to be more than one round of the executive search. Therefore, the contractor is expected to put forth its very best efforts and expertise which results in the identification of the most highly qualified candidates for each position, within the period of performance of the contract, and not depend on any contract extensions, etc. (viii) Provision 52.212-1, Instructions to Offerors�Commercial, applies to this acquisition.� See Addenda for additional instructions. (ix) Provision 52.212-2, Evaluation�Commercial Items does apply to this RFP. This is a multi-phased source selection process. Phase I will be an involuntary down-select process in which Offerors will receive a notice of competitive viability. An offeror not selected to proceed to Phase II will not be further considered for award. Competitive Viability will be determined by considering the combination of past experience specific to the requirements of the PWS and Key Personnel resumes. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, listed in descending order of importance, shall be used to evaluate offers: Factor 1: Technical (Sub-factors are of equal importance) (PHASE II) Sub-factor 1: Technical Approach Sub-factor 2: Oral Presentations Factor 2: Past Performance (PHASE I) �������������� Key Personnel Resume (PHASE I) Factor 3: Price (Phase II) Technical and Past Performance, when combined, are significantly more important than price. (b) No Options are included in this requirement.� (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. (xi) FAR clause 52.212-4, Contract Terms and Conditions�Commercial Items, applies to this acquisition, along with its addendum. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items applies to this acquisition and is attached. (xiii) Additional contract requirement(s) or terms and conditions apply and are attached. (xiv) DPAS - N/A. (xv) Phase I Quotes are due by 2:00pm EDT on Tuesday, August 20, 2024. Interested parties shall submit quotes via email to USMMAProposals@dot.gov with the title �693JF724Q000010 � Provost RFQ Response� with a copy to Erica.williams@dot.gov and Durba.ray@dot.gov. (Maximum email file size per quote submission is 20MB).� (xvi) Specific RFQ questions must be submitted via email to Contracting Officers Erica Williams at erica.williams@dot.gov and Durba Ray at durba.ray@dot.gov) with ""QUESTION � 693JF724Q000010 RFQ"" in the email subject line NLT Friday, August 16, 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8f9377f6a50d4c2d9fb33aa3592bd514/view)
 
Place of Performance
Address: New York, NY, USA
Country: USA
 
Record
SN07156231-F 20240807/240805230115 (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.