Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2008 FBO #2287
MODIFICATION

D -- Telephone Inventory and Audit

Notice Date
2/28/2008
 
Notice Type
Modification
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, Avery 5F 200 Third Street, Parkersburg, WV, 26106-5312, UNITED STATES
 
ZIP Code
26106-5312
 
Solicitation Number
TGT-50000-08-0012
 
Response Due
3/4/2008
 
Archive Date
3/1/2009
 
Point of Contact
Todd Ward, Contract Specialist, Phone 304-480-7174, Fax 304-480-7203, - Susie Daugherty, Contracting Officer, Phone (304) 480-7138, Fax (304) 480-7203
 
E-Mail Address
PSB1@BPD.TREAS.GOV, PSB1@bpd.treas.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The purpose of Amendment #2 is the following: The Set Aside will be changed to Total Small Business 52.212-2 Evaluation -- Commercial Items (JAN 1999) (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 shall be used to evaluate offers: Past performance will be required with a maximum of three references from contracts similar in scope. Each reference needs to include names, phone numbers and email addresses. The technical proposal will be evaluated separately from the price proposal. For this contract, past performance, when compared with technical merit will be valued higher than price. The Government will perform a best value analysis considering technical merit and past performance before price to find a suitable contractor. Method of Award - Cascade Set-Aside Procedure Any award resulting from this solicitation will be made using the following cascade set-aside order of precedence: 1.1 In accordance with FAR Subpart 19.1405, any award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned Small Business (SDVOSB) concern provided that there is adequate competition among such firms. (see FAR 52.219-1, "Small Business Program Representations" for small business size definition.) 1.2 If there is inadequate competition for award to a SDVOSB concern, award will be made competitively in accordance with FAR Subpart 19.502-2, Total Small Business set-asides. 2. Adequate competition shall be deemed to exist if- 2.1 At least two competitive offers are received from qualified, responsible business concerns at the tier under consideration; and 2.2 Award will be made at fair market prices as determined in accordance with FAR 19.202-6. 3. When there is inadequate competition at the SDVOSB tier, an otherwise competitive offer from a responsible business concern at that tier will be considered with the eligible offers for the next lower tier which it is eligible. For example, only one competitive offer is received from a SDVOSB business. That offer will be included with the offer(s) received from a small businesses. 4. Pricing will be firm fixed price for each line item identified. After receipt of proposals, a determination shall be made of which proposal(s) are in the competitive range for the purpose of conducting written and/or oral discussions, if necessary. Offerors should note that award may be made on the initial proposal. The offeror(s) with the lowest cost/price alone will not necessarily be awarded the contract. 3. 52.212-1, Instructions to Offerors Commercial Items (SEP 2006) Offerors must submit each of the following as part of the complete proposal package: 1. Technical Proposal 2. Pricing 3. Representation and Certifications (or statement that they have been completed in ORCA) 4. Travel is not require to complete this solicitation. Any needed travel or visitation is at the discretion of the awarded contractor. Due to the minimal staff at a number of locations, much of the work will be able to be completed via telephone and email communications. Expenses for travel will not be allowed under a separate line item. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-FEB-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/TREAS/BPD/DP/TGT-50000-08-0012/listing.html)
 
Place of Performance
Address: Washington, DC
Zip Code: 20005
Country: UNITED STATES
 
Record
SN01520285-F 20080301/080228232107 (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  © 1994-2020, Loren Data Corp.