Inactive
SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
Notice ID:953142-23-Q-0002
AMD 0004: 1. Updates RFQ PWS paragraph 6. Phase II: Instructions for Interview/ Presentations, (h) Phase II, page 23. The updated is highlighted in yellow to read as follows: (h) Phase II: From: (h) P...
AMD 0004: 1. Updates RFQ PWS paragraph 6. Phase II: Instructions for Interview/ Presentations, (h) Phase II, page 23. The updated is highlighted in yellow to read as follows: (h) Phase II: From: (h) Phase II: Invitation to Phase II Agenda-Interview and Price Proposal. In addition to the price proposal, Quoters shall use the section B schedule to submit prices. Quoters shall price all CLINs. Prices shall be firm fixed prices and shall include all labor, materials, and equipment costs that are necessary to accomplish the solicitation requirements. Failure to submit pricing may result in the proposal being removed from consideration. To: (h) Phase II: Invitation to Phase II Agenda-Interview and Price Proposal. In addition to the price proposal, Quoters shall use section A.3 Price/ Cost schedule to submit prices. Quoters shall price all CLINs. Prices shall be firm fixed prices and shall include all labor, materials, and equipment costs that are necessary to accomplish the solicitation requirements. Failure to submit pricing may result in the proposal being removed from consideration. The update is highlighted in yellow. 2. Updates RFQ BASIS FOR AWARD, PWS paragraph 4. Total Evaluated Price (TEP) page 24. The updated is highlighted in yellow to read as follows: 4. Total Evaluated Price (TEP): From: TEP will be evaluated based on “all or none” basis and be used to assist in determining the best value to the Government. Proposals will be evaluated, for award purposes. Based upon the total price proposed for items identified for pricing which are applicable to the basic requirements and other price-related issues. The TEP shall include all costs associated to accomplish the tasks and deliverables cited in this solicitation Section B and PWS requirements. To: TEP will be evaluated based on “all or none” basis and be used to assist in determining the best value to the Government. Proposals will be evaluated, for award purposes. Based upon the total price proposed for items identified for pricing which are applicable to the basic requirements and other price-related issues. The TEP shall include all costs associated to accomplish the tasks and deliverables cited in this solicitation Section A.3 Price/ Cost Schedule and PWS requirements. 3. Note: It’s anticipated that the Advisory/Expert Consultant’s work performance may be part-time, but the availability may be full-time during regular business hours. AMD 0003: 1. To RFQ page 8, PWS paragraph 1.8.1, Physical security, sentence, “A Facility security clearance (FCL) is not required” is hereby added to the paragraph. The update is highlighted in yellow. 2. To RFQ page 23, paragraph 6 (g) Phase II: Instructions for Interview/Presentation, sentence, “Resumes shall not exceed 3 pages” is hereby added to the paragraph. The update is highlighted in yellow. AMD 0002: Is a revision to RFQ Page 20 Instruction to Quoters -Paragraph number 3- Phase I-Corporate Experience Factor submisssion requirement: The updated is highlighted in yellow to read: From: Quoter shall submit a detailed descriptive listing of no more than three (3) projects performed within the past five (5) years that are similar in nature to the one described in this solicitation. To: Quoter shall submit a detailed descriptive listing of no more than three (3) projects performed within the past five (5) years that are similar in nature to the one described in this solicitation for proposed staff that play a key role. Please see page 20 for the update. All other terms and conditions in the RFQ remain the same. AMD 0001: 1. The Questions and clarifications are hereby removed from this solicitaion. 2. The Solicitaion close date is hereby changed from: May 19, 2023 at 10:30am To: May 15:2023 at 10:30am _______________________________________________________________________________________________________ This is a non-personal services contract. This is a combined synopsis/solicitaion for commercial services. This announcement constitues the only solicitaion. The simplified acqusition procedures of FAR Part 13 will be used in conjunction with commercial services procedures of FAR Part 12. The Defense Nuclear Facilities Safety Board (DNFSB) seeks an organization that can provide ONE experienced Management Professional with prior Federal leadership experience (former Senior Exec Executive Service member highly preferred) to serve as an Advisor/Expert Consultant to the DNFSB Board in the three functional areas of strategic importance: Equal Employment Opportunity (EEO) Compliance, Cultural Transformation, and Diversity, Equity, Inclusion, and Accessibility (DEIA). The contractor employee may leverage expertise within their organization to provide additional expertise/resources or assist with any deliverables that shall be required, as appropriate. Type of Contract: Firm Fixed Price. Setaside: This is a WOMEN-OWNED SMALL BUSINESS (WOSB) setaside. Place of Performance: DNFSB Headquarters: 625 Indiana Avenue NW, Washington DC 20004.