Commerce Acquisition for Transformational Technology Services (CATTS) Solicitation
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Nov 12, 2021 02:04 pm EST
- Original Date Offers Due: Jan 17, 2022 10:00 am EST
- Inactive Policy: Manual
- Original Inactive Date: Jul 01, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance:
Description
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 not be issued.
(ii) This solicitation is issued as a request for proposal (RFP). Submit written proposals on RFP number 1331L521R13OS0006.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07 (SEPT 2021).
(iv) This solicitation is being issued as a total small-business set-aside. The associated NAICS code is 541519. The small business standard is $25M.
(v) Please see the attached price schedule (Attachment 03) for the required labor category and pricing structure for the overall IDIQ as well as the CLIN structure for Task Order 1.
(vi) Description of requirements is as follows:
See the attached Performance Work Statement (PWS) Attachment 01 for the overall IDIQ requirements and Attachment 05 for the task order specific requirements.
(vii) The work performed by the contractor under this PWS will be performed at Department of Commerce locations and at agreed-upon contractor locations. The location will be defined within the individual customer Task Orders. Task Order 1 place of performance/delivery is Washington, DC. Delivery will be FOB destination unless otherwise specified.
(viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Please see attached RFP for details.
(ix) Evaluation will be best value/Trade-off as detailed in the attached RFP section M.
(x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer.
(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Please see attached RFP for details.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Please see attached RFP for details.
(xiii) Additional provisions, clauses, terms, and conditions are included in the attached RFP.
(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does NOT apply.
(xv) Proposals are due no later than January 17, 2022 at 10:00 AM EST. All proposals must be submitted to CATTS@doc.gov.
(xvi) Any questions regarding this solicitation should be directed to Lauren Gueye and Courtney Palmer at CATTS@doc.gov. If you are having difficulties with the CATTS@doc.gov email, please contact Lauren Gueye at LGueye@doc.gov.
Attachments/Links
Contact Information
Primary Point of Contact
- Lauren Gueye
- CATTS@doc.gov