Skip to main content

An official website of the United States government

You have 2 new alerts

Amendment No 4 Revised Statement of Work with Evaluation Criteria for the Budget Analyst II Professional Support Services for the Office of Chief Financial Officer

info alert

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 (Updated)
  • Updated Published Date: Feb 16, 2024 11:17 pm EST
  • Original Published Date: Dec 11, 2023 09:48 am EST
  • Updated Date Offers Due: Feb 26, 2024 09:00 am EST
  • Original Date Offers Due: Jan 22, 2024 09:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 12, 2024
  • Original Inactive Date: Jan 22, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Washington , DC 20405
    USA

Description

Amendment No 4 is hereby issued to Solicitation No. 47PM1124R0006 for the Budget Analyst Professional Support Services for the Office of Chief Financial Office, GSA PBS NCR located at: 1800 F Street, NW Washington, DC 20405-0001 to Incorporate the following:

(1)  Revised Statement of Work with Evaluation Criteria for Budget Analyst Support Services for the Office of Chief Financial Office

(2)   Revised SF1449 for Best & Final pricing.  

(3)   Competitve price range is: $550,000 to $725,000

(4)  Submit Best & Final Proposal with all supporting documents received in Solicitation package  including itemized cost breakdown on Company Letterhead with signature by Monday February 26, 2024 9:00 am EST via email to: Lisa Witcher-Graves at:
lisa.witcher-graves@gsa.gov and Patricia Davis at: patricia.davis@gsa.gov.
 

                                                                End of Amendment No. 4
(Prospective Vendors are to sign and submit this Amendment with your proposal)

----

Clarification to Amendment No. 2 issued on Saturday, January 13, 2024.

(3) Page 3: Amendment document says that the proposal due date is now Monday January 29th 2024. However, the blue text at the top of page 4 of Amendment 2 / Q&A says that the proposal due date is Monday January 22, 2024. -Please confirm that this proposal is due January 29th, 2024 at 9:00am.

Response Answer: The Amendment No. 3 states: Extend proposal due date from Monday January 22, 2024 - 9:00 AM EST to Monday January 29, 2024 - 9:00 AM EST.

Question 3: “Maximum flexibility to work remotely from home. Contractor employees must live in the DMV area…” DMV has multiple meanings depending on regionality. Please confirm if COR will allow contractor employees to live anywhere in the States of Maryland and Virginia, and the District of Columbia.

Response Answer: No, the contractor employees must live in the DMV area.

Question 4: “Technical Evaluation Volume II – Removed from Solicitation via Amendment No. 3 – No Submission needed.” The Technical Evaluation Instructions on RFP state Technical requirements as being Volume I and including Personnel Qualifications, Past Project Narrative, and Preliminary Management Plan. Please confirm that all these factors are no longer required for a complaint submission.

Response Answer: Technical Evaluation Volume II is removed from the solicitation and no submission is required.

Question 6: “…GSA-527 – Contractors Qualifications and Financial Information with financial breakdown signed and a breakdown of financial information, no more than 100 pages labeled accordingly in PDF.” GSA-527 asks for two pages of relevant financial information. Please confirm what “breakdown of financial information” entails and what details are sought that would justify up to 100 pages of content.

Response Answer: With the GSA527, we are requesting your financial breakdown i.e. assets.

Question 7: “Past Performance Evaluation must be filled out and submitted with proposal. If you do not have a CPARs, please submit references with company point of contact and email address. Past performance are to be no more than 5-10 years.” - Question 4 states Technical Evaluation Volume is no longer required. Past Performance in the RFP is included within the cut Technical Evaluation Volume. Please clarify what, if any, Past Performance content is required and what volume it should be included in. (Question 6, which lists all required documents, does not name Past Performance as one of the requirements).

Response Answer: There is only one Volume required for submission for your proposal package.

Question 8: “All communication is with the Prime contractor."  - Question does not request communication with COR through a secondary party but seeks clarity regarding ability for Prime contractor to utilize Past Performance performed by a sister subsidiary through tribal exceptions. If Past Performance is still required, please confirm Prime contractor can utilize Past Performance completed by sister subsidiary.

Response Answer: Please submit all supporting documents for Past Performance whether it’s from a sister subsidiary, Please understand as stated the COR and CO will be communicating directly to the Prime Contractor.

Question 10: “Government is seeking contracting candidates with some experience per Scope of Work (SOW).” Statement of Work does state certain types of expertise candidates should possess but does not provide quantifiable background such as education, years of experience, or relevant previous professional positions. Please provide quantifiable background in order to staff appropriately.

Response Answer: Please review the scope of work as it does specify the type of expertise.

Question 15: “One position – Program Management/Program Analyst” - No Program Analyst or Program Management position is listed on 47PM1124R0006. Please confirm this role is not expected as part of the staffing expectations. Only roles sought are Budget Analysts, with a Project Manager stated as overseeing contractor employees through internal Project Management practices.

Response Answer: Please disregard as that information is for a different solicitation.

Question No. 16: “Proposals are to be named accordingly to the Solicitation package.” Solicitation package has been significantly modified by response to QA. Please provide an updated list of labeling requirements outlining what documents should be included and how they should be attached. Will an Amendment RFP with all changes be provided to drive compliance and understanding?

Response Answer: One Volume is required i.e. Cover letter on Company Letterhead, Introduction of Company and background, supporting documents: Certificate of Current Cost or Pricing signed; SF1449 with pricing on page 3; signed Amendments; GSA 527- Contractors Qualifications and Financial Information with financial breakdown signed and a breakdown of financial information, No more than 100 pages labeled accordingly in pdf.

                                                                                  End of Amendment No. 3

             (Prospective Vendors are to sign and submit this Amendment with your proposal)

Contact Information

Contracting Office Address

  • PBS R11 SPECIAL PROGRAMS DIVISION ACQUISITION REGIONAL SUPPORT 1800 F STREET NW
  • WASHINGTON , DC 20405
  • USA

Primary Point of Contact

Secondary Point of Contact

History