Compliance Investigator Support
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional informati... (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a separate written solicitation will not be issued. The Government intends to award a Time and Materials contract under Simplified Acquisition Procedures (SAP) using FAR Part 13 to the responsible Offeror whose quotation conforming to this synopsis/solicitation will offer the best value to the Government, price and other factors considered. (ii) The Request for Quotation (RFQ) or Reference Number is: 70RDAD19R00000008V1. (iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-02. (iv) This acquisition is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The associated North American Industry Classification System (NAICS) code for this acquisition is 561611 and the Small Business Size Standard is $19,000,000.00 (v) The Contract Line Item Numbers (CLINS), Description, Quantities, and Units of Measure are: See Attachment A (Schedule of CLINS and Statement of Work.) The anticipated date for contract award is on or about August 2019. (vi) The Contract shall provide for Compliance Contractor Support Investigators or Equivalent for the Department of Homeland Security (DHS) Office of Civil Rights and Civil Liberties (CRCL). (vii) The period of performance for this requirement is a base period of twelve months, and includes four, twelve-month option periods. The primary place of performance will be the DHS Headquarters CRCL Compliance Branch Office in Washington, DC 20002. The Contractor may be required to visit other DHS Offices in the Washington, DC Metropolitan area. (viii) The provision at Federal Acquisition Regulation (FAR) 52.212-1 (Oct 2018), Instructions to Offerors - Commercial applies to this acquisition. The following addendum has been attached to this provision: Offerors' submissions shall include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Offerors must submit the name and contact information of at least three relevant past performance references wherein they provided the same type and scope of service as required by this RFQ. References shall be for services provided within the last three years. Each Offeror shall submit their Technical Quotation and associated documents as a separate electronic attachment from the Pricing Quotation. The Pricing Quotation attachment shall include the completed Pricing Table in Attachment A. (ix) The provision at 52.212-2 (Oct 2014), Evaluation-Commercial Items applies to this acquisition. The following factors shall be used to evaluate offers: 1) Technical Understanding and Capabilities, 2) Management Approach, 3) Past Performance, and 4) Price. Technical Understanding and Capabilities, Management Approach and Past Performance are of descending order of importance. However, when combined, they are significantly more important than price. The technical quotation shall include details describing the contractor's ability to provide the service requirements outlined in Attachment A and the Statement of Work. Your technical quotation shall not exceed twenty (20) pages not including cover pages and statements of qualifications and other documentation. There are no page limitations to the price quotation. (x) FAR 52.212-3 (Oct 2018) Offeror Representations and Certifications-Commercial Items. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. (xi) The clause at 52.212-4 (Oct 2018), Contract Terms and Conditions-Commercial Items applies to this acquisition. The following addenda have been attached to this clause: None (xii) The provision at 52.212-5 (Oct 2018), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.222-3 (June 2003) Convict Labor, 52.222-21 (Apr 2015), Prohibition of Segregated Facilities, 52.222-22 (Apr 2015), Previous Contracts and Compliance Reports, 52.222-25 (Apr 1984) Affirmative Action Compliance, 52.222-26 (Sept 2016) Equal Opportunity; 52.225-13 (June 2008) Restrictions on Certain Foreign Purchases; 52.232-33 (Oct 2018) Payment by Electronic Funds Transfer System for Award Management. (xiii) The following additional clauses are cited: 52.204-7 (Oct 2018) System for Award Management; HSAR 3052.209-70 Prohibition on contracts with corporate expatriates. Full text of FAR clauses and provisions incorporated by reference can be found at www.acquisition.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »