Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2025 SAM #8532
SOLICITATION NOTICE

R -- Tech Sprint Consulting Services

Notice Date
4/4/2025 11:37:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
COMPTROLLER OF CURRENCY ACQS WASHINGTON DC 20219 USA
 
ZIP Code
20219
 
Solicitation Number
2031JW25R00005
 
Response Due
4/9/2025 2:00:00 PM
 
Archive Date
04/10/2025
 
Point of Contact
Joseph Cooper, Phone: (202) 815-6416
 
E-Mail Address
joseph.cooper@occ.treas.gov
(joseph.cooper@occ.treas.gov)
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is 2031JW25R00005 and is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03, effective January 17, 2025. This requirement is considered unrestricted under NAICS code 541611 Administrative Management and General Management Consulting Services with no size standard; therefore, any qualified, responsible vendor may submit a quote. Line Item 0001 - Tech Sprint Consulting Services. Quantity - 12. Unit of Measure - Months. There are no options being considered for this requirement. Description of requirements: Tech Sprint Consulting Services. See Continuation Sheet. Period of Performance is May 01, 2025 - April 30, 2026. Place of Performance is 400 7th St SW, Washington, DC 20024 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. Evaluation criteria is listed below and in the Continuation Sheet. Vendors shall submit 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition and are listed in the Continuation Sheet. Additional contract requirement(s) or terms and conditions as determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are listed in the Continuation Sheet. There is no Defense Priorities and Allocations System (DPAS) and assigned rating applicable. Offers are due by April 09, 2025, 05:00 PM ET, electronically to joseph.cooper@occ.treas.gov. Questions and information regarding this solicitation can be submitted to joseph.cooper@occ.treas.gov. All proposals must include a cover page addressing the following information: RFP Number Offeror�s Name Subcontractor Name(s), If Applicable Offeror Tax Identification Number (TIN) Offeror System for Award Management (SAM) Unique Entity Identifier (UEI) Contact Name Contact Email address Contact telephone number Complete business mailing address The following statement �The Offeror takes no exception and completely accepts all the terms and conditions in the RFP and subsequent amendments.� Volume I: Technical Proposal The Offeror�s technical submission should demonstrate the firm�s capability to perform the work requirements outlined in the Continuation Sheet. Volume I shall include separate sections within the volume outlining the following items: Technical Capability. The Technical Capability shall describe, in narrative form, the Offeror�s proposed overall capability and experience to fulfill the overall requirements of the Continuation Sheet with emphasis on Tasks 1 through 3. Offerors shall specifically address their experience with the following items: Executing tech sprints with federal financial regulation entities. Advising regulatory agencies as to the strategy and execution of tech sprints. Working virtually with clients to execute tech sprints. Management Plan. The management plan shall address, at a minimum, the following areas: Draft Project Schedule including any relevant timelines and key deliverables due during performance of the requirement. Please reflect timelines in number of days from contract award and not specific dates. The Offeror�s process for screening personnel resources to ensure availability and ability to perform, suitability to pass OCC background investigations (involves credit checks and completion of an electronic Questionnaire for Investigations Processing), and quality of performance. Technical Approach. Offerors shall describe and demonstrate the soundness of their approach, methodology, technique, or plan to accomplish each task include optional tasks (Tasks 1 through 3) identified in the Continuation Sheet. Offerors shall separately address each task. Key Personnel. The Offeror shall propose key personnel that demonstrate the level and depth of professional expertise and experience necessary to successfully meet or exceed the requirements found in the Continuation Sheet. At a minimum, the Offeror shall provide a brief narrative that defines the key personnel�s role during performance. For each designated member of key personnel, the proposal shall include as an attachment a resume not to exceed two pages. At a minimum, the Offeror shall submit a matrix that identifies key personnel position, degree(s), certification, and years of relevant experience. Below is an example matrix template, but a Offeror may include additional information or format in whatever way the Offeror believes best communicates the information. Name Labor Category Years of Relevant Experience Education Certifications Please ensure resumes clearly demonstrate the minimum requirements as stated in the Continuation Sheet. At a minimum, the following categories shall be designated as key personnel: Program Manager II Program Manager I Logistics Manager Facilitator By submitting a proposal each Offeror certifies to the following statement: �I certify that each individual identified as key personnel is available for performance. If an individual identified as key personnel is not currently employed by my firm or a proposed subcontractor, the individual has signed a written commitment to perform if my quote receives an award.� Past Performance. OCC will evaluate recent and relevant past performance of each Offeror. This past performance may include prime or subcontractors you consider most relevant in demonstrating your ability to perform the proposed effort. However, you must include at least one reference for any subcontractor that will perform a large portion of the work. Offerors may submit up to two examples of contracts performed by the Offeror or subcontractors, demonstrating recent and relevant past performance. Recent is defined as within the last five years from the date of this RFP. Relevant is defined as work similar in scope, complexity and magnitude to that identified in the work requirements defined in the Continuation Sheet. Please include the following information, limited to no more than two pages: Customer Name and Address; Contract Number/Contract Title/Contract Type; Delivery Schedule/Period of Performance; Contract Value; Description of the work performed; Customer Point of Contact (Name, Telephone Number, and Address) for Technical Manager; Contracting Officer�s name, telephone number, and email address; Current status, e.g. completed and/or in progress, start and estimated completion dates; Key personnel, please identify those individuals who worked on the relevant project and are also proposed for this effort; and, A brief narrative of why your firm believes this reference is relevant to the proposed order. OCC may use any other available information in the evaluation of past performance. Page Limitation. Excluding cover page, table of contents, and resumes of key personnel, the technical proposal (including all non-price factors) is limited to twenty (20) pages. The font and format should be of readable quality. Excessively small font may be rejected or not evaluated at the Contracting Officer�s discretion. Offerors shall not include any price information in the technical proposal. For the overall technical proposal, a recitation or paraphrasing of the requirements already identified in the work requirements will not improve the proposal. Volume II: Price Proposal Each Offeror shall submit a price proposal separate from the technical proposal (Volume I). The price proposal shall include the following: Completion of the fill-ins under FAR 52.212-4 with Alternate I. Completion of fill-in under FAR 52.212-4(a)(4) in the Continuation Sheet Completion of fill-in under FAR 52.212-4(e)(1)(iii)(D) in the Continuation Sheet Completion of the Pricing Sheet. The labor categories and number of hours are solely for evaluation purposes and should neither be considered a minimum nor an expectation of actual requirements. The labor rate must include all costs associated with performance including all overhead, overtime, local travel, and any other costs not expressly identified as an Other Direct Cost (ODC). Offerors shall include a detailed itemization of proposed costs (i.e. description, quantity, unit price, etc.). Travel has been added to the Pricing Sheet for evaluation purposes only. Travel shall be reimbursed based on incurred costs per the current Federal Travel Regulation. OCC will evaluate the quoted prices for reasonableness. OCC reserves the right to conduct a price realism analysis to assess whether the quoted rates are unrealistically low. Unrealistically low labor rates may be considered a negative attribute to the extent that they reflect a lack of technical understanding or a risk inherent in the proposed approach. Page Limitation. There is no page limitation on the price quote submission. Volume III: Representations and Certifications Offerors shall ensure their responses to the following provisions in the Continuation Sheet are submitted as a part of their submission: Completed FAR 52.204-24. NOTE: ""[t]he Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it ""does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument"" in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products or Commercial Services. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it ""does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services"" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3."" Completed FAR 52.212-3. NOTE: Offerors shall complete only paragraph (b)(2) of the provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website. Page Limitation. There is no page limitation on the representations and certifications submission. Evaluation and Selection Process As this award is made under the policies of FAR part 12 in conjunction with FAR part 13 procedures, the evaluation process is streamlined, and OCC has considerable flexibility in its award decision. OCC will evaluate the proposal considering positive attributes, negative attributes, and potential risk of the overall proposal. During the evaluation process, OCC may or may not conduct exchanges. If OCC conducts exchanges, such exchanges may be with one, several, or all Offerors. Exchanges may vary based on OCC�s need to understand or give Offerors an opportunity to improve their proposals, but all exchanges will be fair and equitable. Only Offerors whose quotes receive an overall technical rating of acceptable or higher will be considered for award. Following an evaluation and, if necessary, tradeoff analysis, OCC may make one award based on the quote that is evaluated to be the best value and determined responsible. OCC reserves the right to make an award based on other than the lowest quoted price. Technical (Volume I) is more important than price (Volume II); however, the importance of price as a factor could become greater if competing proposals are evaluated as technically equal. List of Attachments Continuation Sheet Pricing Sheet
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e9029b7201294976ada51137223aeb0c/view)
 
Place of Performance
Address: Washington, DC 20024, USA
Zip Code: 20024
Country: USA
 
Record
SN07398068-F 20250406/250404230050 (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.