Government to Citizens (G2C) IDIQ
PRE-SOLICITATION NOTICE Government to Citizens (G2C) IDIQ Solicitation Number: 47PM0219R0006 Notice Type: PRE-SOLICITATION This is a pre-solicitation notice for the Government to Citizens (G2C) Indefi... PRE-SOLICITATION NOTICE Government to Citizens (G2C) IDIQ Solicitation Number: 47PM0219R0006 Notice Type: PRE-SOLICITATION This is a pre-solicitation notice for the Government to Citizens (G2C) Indefinite Delivery Indefinite Quantity (IDIQ). The GSA intends to award up to four (4) IDIQ contracts to meet a recurring need for the expertise of site selection services and relocation consultants. The solicitation will be issued on a full and open competitive basis with no small business set-aside(s). Large business firms must comply with FAR 19.7 and FAR Clause 52.219-9 regarding the requirement for submission of a subcontracting plan. All responsible sources are highly encouraged to participate. The North American Industry Classification System (NAICS) Code for this procurement is 531210 - Offices of Real Estate Agents and Brokers. The small business size standard for this NAICS code is $5,000,000.00. G2C IDIQ Background: The General Services Administration (GSA) has developed a program called Government to Citizens (G2C) to assist federal agencies with their mission and real estate location decisions. The Government to Citizens (G2C) initiative helps agencies prompt strategy discussions while considering the optimization of the federal real estate portfolio. The purpose of this G2C IDIQ contract is to provide strategic counsel and program management to agencies when considering real estate location(s). The G2C IDIQ requires professionals whose primary occupation is the practice of relocation and who, through specialized education, knowledge, training, and experience, formulates and implements all the activities of relocation in accordance with legal and regulatory considerations. Geographic Areas: Firms will need to have the ability to work nationwide across all GSA regions. Funds Availability: Issuance of this pre-solicitation notice does not warrant that funds are presently available for award of a contract. Award of a contract shall be subject to the availability of appropriated funds, and the Government shall incur no obligation under the solicitation and notice in advance of such time as funds are made available for the contracting officer for the purpose of contract award. Information on Proposal Submission: The Government plans to conduct a competitive negotiated acquisition. The Government will use source selection procedures to evaluate proposal packages. Specifically, the Government will use the best value continuum concept. The best value continuum concept evaluates technical factors and price through a tradeoff process and other procedures described in the solicitation. The Government reserves the right to make an award without discussions. Therefore, offerors should submit proposals that are acceptable without additional explanation or information as the Government may evaluate and make a final decision for award solely on the basis of the initial proposal submitted by offerors. Furthermore, the Government may determine the acceptability of a proposal based on the initial proposal submitted by offerors. Offerors are required to submit a technical proposal package and a price proposal package. Offerors will not be reimbursed for proposal submittal expenses. If the Contracting Officer determines during the selection process that the number of awarded contracts should be adjusted based upon the selection criteria, the CO may adjust that number or award none at all. Resulting IDIQ Contracts Awarded: The total maximum amount (also known as maximum order limitation) for each IDIQ contract is $20 million for the five year duration. The maximum amount represents the most that can be spent on all task order contracts awarded against the IDIQ contract. The maximum amount is shared by the award pool of an IDIQ contract.The awarded contract will contain a guaranteed minimum amount of $2,000. Terms which support the payment of the guaranteed minimum amount will be specified in the solicitation. Contract Type: The expected base contract shall be a Multiple Award IDIQ. All task orders placed against the IDIQ shall be firm-fixed price. Additional Proposal Submission Information: Federal Business Opportunities (FedBizOpps) and the System for Award Management (SAM) are available for use by all Federal agencies. You must be registered with SAM before registering with FedBizOpps. No Federal material can be downloaded until you have registered under both sites. The solicitation will be available through the Federal Business Opportunities website (FedBizOpps.gov). FedBizOpps is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. You may access FedBizOpps via the following address: www.fedbizopps.gov. You will then be required to register as a vendor by selecting the "register now" hyperlink. At a minimum all vendors must supply the following information: Your Company DUNS Number (contact Dun & Bradstreet at 1-866-705-5711 for a free DUNS Number if you do not have one), Your Company Information and Personal Information. It is the vendor's responsibility to monitor FedBizOpps for any changes and/or conditions. Online Representations and Certification is required in Federal solicitations as part of the bid submission process, thereby eliminating the need to submit a paper copy of Representations and Certifications with each offer. Please enter and maintain your representation and certification information in SAM via the internet at https://www.sam.gov. Potential Task Order Requirements: Firm Fixed Price (FFP) Task orders issued against the IDIQ may require some or all of the following services: The contractor shall provide strategic planning, program management, financial services, and group move management as related to agency specific relocation needs while adhering to the G2C principles. Strategic Planning Services: The contractor shall ensure that any proposed strategic relocations will adhere to a project management plan, meeting budget, schedule and scope. This will include creating a strategy and project plan tailored to the agency's business needs, organizational culture, and employee demographics. The contractor shall provide site selection services. The contractor will provide economic research and analysis for multiple locations, providing feasibility costs and cost benefit analysis of candidate cities. Program Management Services: Implement the selected strategy through project planning, communication and G2C program design, provide pre-move employee orientation and decision making to maximize employee retention. Financial Services: Ensure client's program provides agency executives with cost transparency. Ensure client's program remains in compliance, executing all financial transactions accurately and providing complete reporting. Group Move Management: Oversee the execution of strategy, adhering to the approved project plan, scope, budget, and schedule and ongoing project management through the completion of all aspects of the group move. Requests for Information: Interested contractors are encouraged to submit any requests for information directly to the Government point of contacts shown in this FBO notice. Please be aware that the Government may not respond to requests until release of the RFP. Submitted requests may be taken into consideration by the Government in planning the project requirements, solicitation, and contract documents.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »