Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
MODIFICATION

R -- Acquisition Staff Augmentation

Notice Date
7/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Office of the Secretary, 14th & Constitution Avenue NW, Room 6521, Washington, District of Columbia, 20230
 
ZIP Code
20230
 
Solicitation Number
SS1301-16-RP-0010
 
Archive Date
9/15/2016
 
Point of Contact
Anthony S. Kram, Phone: 2024825676
 
E-Mail Address
akram@doc.gov
(akram@doc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
UPDATE: July 15, 2016 This procurement is being delayed pending final site selection information. The new expected solicitation release date is August 10, 2016. Please stay tuned for changes that impact timeline in either direction. UPDATE: July 11, 2016 This procurement is being further set aside to Small Business concerns that are SDVOSB qualified. This update supersedes bullet #1 of Update June 10, 2016 and removes HUBzone concerns from responding as Prime for this procurement. UPDATE: June 22, 2016 This update extends the date of the anticipated solicitation release to July 15, 2016. UPDATE: June 10, 2016 This update provides the following changes to this pre-solicitation notice which are important to potential Offerors of this upcoming opportunity. 1. Based on additional information that has been received in response to recent similar acquisition efforts, it has been determined that this acquisition will be further set-aside from all Small Business concerns to only those Small Business Primes who are HUBzone, or SDVOSB qualified. 2. The anticipated release date is changed to before or about June 25, 2016. The release date is dependent upon final location designation of the facility that is critical to the proposal process. As soon as the location is determined, the solicitation will be released. 3. Actual response date will be updated with the release of the solicitation and should be expected to be 15 calendar days after release. It is recommended that interested parties register as "Interested Vendors" so that you will recieve automated messages about updates to this notice. ORIGINAL NOTICE The following information is provided in accordance with FAR 5.2 and is anticipated at the time of posting. Information provided herein is subject to change without additional notice. This acquisition is pursuant to FAR Part 12, Acquisition of Commercial Items. 1. Request for Proposal #: SS1301-16-RP-0010 2. Description: The DOC is a cabinet-level Department that promotes job creation, economic growth, sustainable development, and improved standards of living for all Americans. The DOC works in partnership with businesses, universities, communities, and our nation’s workers to realize its mission to help make American business more innovative at home and more competitive abroad. The Department has a widespread and diverse set of responsibilities within the areas of trade, economic development, weather monitoring and communication, technology, entrepreneurship and business development, and statistical research and analysis. The Department is comprised of 12 Bureaus with operations across the United States, 6 U.S. Territories, and more than 70 international offices. The Bureaus include the National Oceanic and Atmospheric Administration (NOAA), National Institute of Standards and Technology (NIST), United Stated Census Bureau, United State Patent and Trademark Office (PTO), The Bureau of Industry and Security (BIS), International Trade Administration (ITA), United States Economic Development Administration (EDA), National Telecommunications and Information Administration (NTIA), Office of the Inspector General (OIG), Bureau of Economic Analysis (BEA), the Minority Business Development Agency (MBDA), the National Technical Information Service (NTIS) and the Economics and Statistics Administration (ESA). The Office of the Secretary (OS) is the headquarters organization for the Department. Shared Services Organization (SSO) In the summer of 2014, a comprehensive effort was established to develop and implement a more effective “shared services” model for providing Acquisition, Financial Management (FM), Human Resources (HR), and Information Technology (IT) support services to customers across the DOC. The Acquisition line of business within the SSO is responsible for establishing Departmental-wide contracts to procure goods and services that are common in nature regardless of specific mission focus. The Shared Services Office of Acquisition (SSOA) maintains responsibility for ordering against these established contracts on behalf of DOC’s Bureaus as well as full service acquisition support for the SSO and other organizations as assigned. This requirement is to provide qualified, experienced and high-energy acquisition, acquisition support and administrative support staff to accomplish the objectives of the SSOA. Full life cycle acquisition support, ordering specialists, acquisition systems administration, demand and category management, strategic sourcing and administrative support are required to fulfill the SSOA functional capabilities. All work performed shall be in conformance with Government regulations and policies including the Federal Acquisition Regulation (FAR), Commerce Acquisition Regulation, Commerce Acquisition Manual (CAM), and SSO policies and Standard Operating Procedures (SOPs). The successful vendor will need to demonstrate an understanding and working knowledge of Commerce acquisition rules and policies as well as other performance requirements. A complete list of applicable Federal and Commerce regulations can be found at http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm. 3. Estimated Solicitation Issue Date: On or about July 15, 2016 4. Response Time: Approximately 15 Calendar Days 5. Contract Type: Requirements Contract with FFP and T&M Pricing 6. Contract Length: 5 Years; Base with two 2-year Options 7. Sources: Joint Small Business Set-Aside to HUBzone and SDVOSB firms 8. Location: A location to be determined along the I-95 corridor between Baltimore, MD and Richmond, VA 9. Opportunity: Accessed through www.fbo.gov 10. Incumbent: New Requirement, No Incumbent
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/OS/OAM-OSBS/SS1301-16-RP-0010/listing.html)
 
Record
SN04184419-W 20160717/160715234429-8df4d2c803dfb581487a9ff4b1e7290b (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.