SOLICITATION NOTICE
R -- FY 17 Budget Analyst - Cost Proposal
- Notice Date
- 7/10/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541219
— Other Accounting Services
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, District of Columbia, 20315-0350
- ZIP Code
- 20315-0350
- Solicitation Number
- W912R1-17-T-0011_Roane
- Archive Date
- 8/5/2017
- Point of Contact
- Stephen D. Roane, Phone: 5712132978, Willie C. Weatherspoon, Phone: 7036016810
- E-Mail Address
-
stephen.d.roane2.ctr@mail.mil, ng.dc.dcarng.mbx.pc-requirement-request@mail.mil
(stephen.d.roane2.ctr@mail.mil, ng.dc.dcarng.mbx.pc-requirement-request@mail.mil)
- Small Business Set-Aside
- HUBZone
- Description
- Past and Present Performance Questionnaire Budget Analyst PWS Budget Analyst Cost Proposal Combined Synopsis/Solicitation Budget Analyst (I) This is a combined synopsis/solicitation for commercial services in accordance with the FAR 13.106-1 (Soliciting Competition), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. (II) Solicitation W912R1-17-T-0011_Roane is issued as a Request for Quote (RFQ). (III) This RFQ incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-95. (IV) This acquisition is reserved for HUB Zone Small Business Concerns within Washington, District of Columbia. The associated NAICS code for this acquisition is 541219; Small Business size standard is $20.5M. (X) This RFQ is for Budget Analyst Services. (VI) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. (VII) The Government will award a contract resulting from this RFQ to the responsible offeror whose quote offers the best value to the Government; that is price and past performance. The Contractor shall submit a complete proposal to include: 1) Completed Cost Proposal Sheet 2) Resume 3) Past Performance Questionnaires NOTE: If a Contractor does not submit the required information requested above, their proposal may not be considered for award and determined technically unacceptable. (VIII) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://orca.bpn.gov/. (IX) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. (X) The following clauses in their latest editions apply to this acquisition: FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. 52.204-16, Commercial and Government Entity Code Reporting. 52.204-18, Commercial and Government Entity Code Maintenance. 52.204-22, Alternative Line Item Proposal 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations. 52.212-4, Contract Terms and Conditions-Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-50, Combating Trafficking in Persons 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements 52.222-62, Paid sick Leave Under Executive Order 13706 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials. 252.203-7994, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2017-O0001) (NOV 2016) 252.203-7995, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2017-O0001) (NOV 2016) 252.204-7011, Alternative Line Item Structure 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support. 252.209-7999, Prohibition against contracting w/Corps that have unpaid delinquent tax liability or a felony conviction. 252.212-7001 (deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.225-7000, Buy American-Balance of Payments Program Certificate. 252.225-7031, Secondary Arab Boycott of Israel. 252.225-7048, Export-Controlled Items. 252.232-7006, Wide Area WorkFlow Payment Instructions. 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel. 252.244-7000, Subcontracts for Commercial Items. 252-247-7023, Transportation of Supplies by Sea. (XII) The following additional provisions are incorporated by reference: 52.214-31, Facsimile Bids 52.219-1 Alt 1, Small Business Program Representations 52.225-2, Buy American Act Certificate (XII) All information relating to this RFQ including, changes/amendments, questions and answers, will be posted on the following website: http://www.FBO.gov. Formal communications such as request for clarifications and/or information concerning this RFQ must be submitted via e-mail to the address below. All answers will be posted on the acquisition.army.mil web site. They will be contained in the in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than, 5:00 PM EST, 13 July 2017 @ 12 noon EST. Terms of the RFQ and specification remain unchanged unless the RFQ is amended in writing by the Contracting Officer. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of RFQ shall apply. Award can only be made to contractors registered in SAMs (https://www.sam.gov/). Past Performance Questionnaires are due by 18 July 2017. Vendors must submit Past Performance Questionnaires with sections A and B prefilled. Government will attempt to contact respondents that are stated within questionnaires. (Amount of submitted questionnaires shall be more than two (2) but, limited to three (3)) Must be submitted to stephen.d.roane2.ctr@mail.mil and ng.dc.dcarng.mbx.pc-requirement-request@mail.mil. Past Performance must be within 5 years and must be relevant. All quotes are due by 2:00 PM EST, 21 July 2017. Offers are due to the following address: stephen.d.roane2.ctr@mail.mil; willie.c.weatherspoon.mil@mail.mil and ng.dc.dcarng.mbx.pc-requirement-request@mail.mil. All responsible sources that submit a response, if timely received, shall be considered by the agency. Please Provide the Following: 1. Tax Identification Number: _____________________ 2. Company Registered in WAWF (Wide Area Workflow):_______________ If Not, Please register at https://wawf.eb.mil 3. Company Registered In System for Award Management (SAM):_______________ If Yes, What Is Your DUNS# and/or Cage Code: _______________ 4. Company Considered a Small or a Large Business under the NAICS Code of 721110. ______ 5. Company Name and Address: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Company Point of Contact: _______________________________________________________ Company Telephone: __________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49/W912R1-17-T-0011_Roane/listing.html)
- Place of Performance
- Address: DC National Guard USPFO, 189 Poremba Court., Joint Base Anacosta-Bolling, Washington, District of Columbia, 20008, United States
- Zip Code: 20008
- Zip Code: 20008
- Record
- SN04572199-W 20170712/170710234603-6b0d3cfac5d4e0c06cabcebc90dd850c (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 |