Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
MODIFICATION

R -- Paperless Contract Files Initiative Support Services for USDA’s Acquisition Management Division (AMD) - Amendment 1 - Amendment 2

Notice Date
9/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of Agriculture, Farm Service Agency, Acquisition Management Division, Contracts Operations Branch, 1280 Maryland Avenue, SW, Portals Bldg., Room 508A, Washington, District of Columbia, 20250-0567
 
ZIP Code
20250-0567
 
Solicitation Number
AG-3151-S-17-0039
 
Point of Contact
Erin Olenjack, , Billy Rowland,
 
E-Mail Address
Erin.Olenjack@Wdc.USDA.Gov, billy.rowland@wdc.usda.gov
(Erin.Olenjack@Wdc.USDA.Gov, billy.rowland@wdc.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Labor Category Description Questions and Answers. Please read carefully before submitting proposal. INTRODUCTION 1.1 The Acquisition Management Division (AMD) is an assisted acquisition services provider under the Farm Service Agency (FSA), United States Department of Agriculture (USDA) for FSA and its customers. AMD provides a wide array of acquisition, financial assistance and administrative services to various USDA customers. The acquisition actions processed by the AMD range from simplified acquisitions to complex and technical requirements for supplies, services, and Intra-Agency agreements. Majority of services provided by the AMD are performed in house by Government acquisition personnel. However, certain administrative services require support services from commercial sources to meet agency needs and compliance. This Statement of Work (SOW) describes the services, which will be required under the resulting contract. 1.2 As a result of the Paperwork Reduction Act of 1995, AMD thrives to completely transition to and utilize the Integrated Acquisition System (IAS) as their electronic filing database for all contracts and associated contract file documentation. IAS is the official contract writing and file of record database in electronic format that USDA's acquisition community uses. All documents must be created using the existing AMD templates. As soon as any given document is created, it is saved using the exact filing nomenclature listed in the IAS "Master Folder Reference List for Electronic Acquisition File Index" (Attachment 1 - in draft format pending final version). Completed and signed documents must be saved under corresponding IAS Master Folders. In order for AMD to complete this transition, all existing contract paper files are to be scanned, saved, adequately titled, and stored in the respective folders in IAS. After all contract files are scanned and uploaded to IAS (Attachment 2), these paper copy files must be destroyed in accordance with proper procedure for procurement documents destruction procedure, such as shredding. 1.3 The Contractor shall provide services to: 1) support paperless contract files initiative as described above; 2) identify opportunities for improvement based on the Government's needs, expectations, and required outcomes; 3) propose and implement solution that will result in a complete transition to paperless contract files from scanning through uploading all the documents for each individual contract action in IAS; 4) properly dispose paper contract files; and 5) develop the Standard Operating Procedure (SOP) to capture this process in writing. The Government is seeking Firm-Fixed Price contract. 1.4 This is a combined synopsis/solicitation for commercial items 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 be issued through FebBizOps. Solicitation number AG-3151-S-17-0039 is issued as a request for proposal (RFP) in accordance with FAR Part 12 and Part 37. The solicitation document and provisions and clauses are those in effect and applicable through Federal Acquisition Circular 2005-87, effective March 7, 2016. A. Except as otherwise specified, the Contractor shall furnish all the necessary personnel, material, equipment, services and facilities to perform the services specified under the attached Statement of Work (SOW) and delivered within the period of performance specified in the SOW. B. The Government anticipates award of a Firm-fixed price contract. C. The contractor shall include; a. DUNS number. i. One of the requirements for a contractor to work with the U.S. Government is possession of a DUNS number. It is free and instant. ii. Apply for a DUNS number at http://fedgov.dnb.com/webform b. Active System for Award Management registration i. The System for Award Management (SAM) is the Official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is NO fee to register for this site. ii. www.SAM.gov c. Technical Response d. Past Performance Narratives e. Price i. All costs associated with the requirement. Questions shall be submited no later than Thursday, September 7, 2017. All questions shall be submitted electronically to Billy.Rowland@wdc.usda.gov and Erin.Olenjack@wdc.usda.gov by 12:00 p.m. Eastern Time (ET). Questions submitted after this deadline will not be considered. The submission shall be clearly indexed and logically assembled. All pages shall be appropriately numbered an identified by the complete company name and date. Electronic versions of the Contractor's proposal shall be submitted via email and only to Billy.Rowland@wdc.usda.gov and Erin.Olenjack@wdc.usda.gov by 12:00 p.m. Eastern Time (ET) on September 15, 2017. The Government contemplates the award of a single firm-fixed price contract resulting from this solicitation. The applicable NAICS code is 561110, size standard $7.5. For the full solicitation, see attachment. At this time, only small business proposals will be considered. Due to technical difficulties, the last date for proposal submission has been extended to September, 18, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSA/MSD/AG-3151-S-17-0039/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20024, United States
Zip Code: 20024
 
Record
SN04673390-W 20170914/170912232318-14734c9dccfedefcc6450ed6ca610943 (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.