SAM Registration Support Contractor
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: Sep 07, 2022 07:30 pm EDT
- Original Published Date: Sep 06, 2022 02:53 pm EDT
- Updated Date Offers Due: Sep 12, 2022 04:00 pm EDT
- Original Date Offers Due: Sep 12, 2022 04:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Sep 27, 2022
- Original Inactive Date: Sep 27, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
- NAICS Code:
- 541611 - Administrative Management and General Management Consulting Services
- Place of Performance: Washington , DC 20527USA
Description
Combined Synopsis/Solicitation for Commercial Services
General Information
Document Type: Combined Synopsis/Solicitation
Solicitation Number: 77344422Q0080
Posting Date: September 6, 2022
Closing Date: September 12, 2022, 4:00pm Eastern
NAICS Code: 541611
Product Service Code (PSC): R499
PSC Name: Support – Professional: Other
Contracting Office: United States Development Finance Corporation (DFC)
1100 New York Ave, NW
Washington, DC 20527
Contracting Officer: Samuel Dustin
samuel.dustin@dfc.gov
+1 202-779-5584
Set-Aside Status: Total Small Business
Description
This is a combined synopsis/ solicitation for commercial products or commercial services 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; competitive quotations are being requested and a written solicitation will not be issued.
This solicitation is a Request for Quotation (RFQ). The RFQ number is 77344422Q0080.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07, Effective 8/10/2022.
This RFQ is set-aside 100% for small business. The applicable NAICS code is 541611. The applicable size standard is $21.5 million.
The DFC business lines (Office of Development Credit, Office of Structured Finance and Insurance, Office of Equity and Investment Funds, and Office of Technical Assistance) require a contractor to support their clients with the process of registration in the System for Award Management (SAM.gov). As of April 4, 2022, all of DFC’s transactions are subject to the requirement that the recipients of its support (awardees) obtain a UEI (SAM) and complete the registration for federal financial assistance awardees in the System for Award Management (SAM.gov). The recipients of DFC support, the majority of which are not U.S. companies and therefore subject to the requirement to obtain a NATO Commercial and Government Entity (NCAGE) code from the NATO Support and Procurement Agency (NSPA), have difficulty completing the complex administrative and technical process involved with SAM.gov registration. Therefore, DFC is seeking a Contractor that can provide comprehensive SAM.gov registration support services for a firm fixed price per client. Please refer to attached Statement of Work for additional information.
The full text of FAR provisions and clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far
The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.
The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition. The following evaluation criteria shall be included in paragraph (a) of the provision:
Respondent’s quotes will be evaluated based upon the degree that they address the technical requirements of the SOW, whether pricing is representative of the market and therefore fair and reasonable, and whether it represents the best value to the Government. In the process of determining which source would provide the best value to the agency, DFC will consider these factors: Technical Capability and Price. Award shall be made to the quoter whose quotation provides the best value to the government based on these factors.
Respondents shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with their quotes.
The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services applies to this acquisition. The following FAR clauses and provisions cited in the clause are applicable to the acquisition:
52.203-6, Restrictions on Subcontractor Sales to the Government (Nov 2021)
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)
52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021)
52.219-6, Notice of Total Small Business Set-Aside (Nov 2020)
52.219-8, Utilization of Small Business Concerns (Oct 2018)
52.219-9, Small Business Subcontracting Plan (Nov 2021)
52.219-14, Limitations on Subcontracting (Sep 2021)
52.219-16, Liquidated Damages—Subcontracting Plan (Sep 2021)
52.219-28, Post Award Small Business Program Representation (Sep 2021)
52.222-3, Convict Labor (Jun 2003)
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2022)
52.222-26, Equal Opportunity (Sep 2016)
52.222-35, Equal Opportunity for Veterans (Jun 2020)
52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020)
52.222-37, Employment Reports on Veterans (Jun 2020)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
52.222-50, Combating Trafficking in Persons (Nov 2021)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)
52.224-3 Privacy Training (Jan 2017)
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018)
52.242-5, Payments to Small Business Subcontractors (Jan 2017)
The following provisions are also applicable to this solicitation:
52.217-5, Evaluation of Options (July 1990)
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
(End of provision)
The following contract clauses are also applicable to this solicitation:
52.217-8, Option to Extend Services (Nov 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration
(End of clause)
52.217-9, Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 15 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months.
(End of clause)
IPP-001, Electronic Invoicing and Payment Requirements- Invoice Processing Platform (IPP)
Payment requests must be submitted electronically through the U.S. Department of the Treasury’s Invoice Processing Platform (IPP) system or any successor site using the “Bill to Agency” of U.S. International Development Finance Corporation - DFC.
“Payment request” means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), “Content of Invoices” and the applicable Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions.
(End of clause)
Responses to this RFQ shall be submitted to the Contracting Officer, Samuel Dustin, via email to samuel.dustin@dfc.gov no later than 4:00pm Eastern on September 12, 2022.
Please submit questions related to this RFQ to the Contracting Officer, Samuel Dustin, via email to samuel.dustin@dfc.gov no later than 4:00pm Eastern on September 9, 2022.
Attachments:
DFC SOW for SAM Registration Support Contractor
Attachments/Links
Contact Information
Contracting Office Address
- 1100 New York Avenue, NW
- Washington , DC 20527
- USA
Primary Point of Contact
- Samuel Dustin
- samuel.dustin@dfc.gov
- Phone Number 12027795584
Secondary Point of Contact
History
- Sep 27, 2022 11:56 pm EDTCombined Synopsis/Solicitation (Updated)
- Sep 08, 2022 05:54 pm EDTCombined Synopsis/Solicitation (Updated)
- Sep 07, 2022 07:30 pm EDTCombined Synopsis/Solicitation (Updated)
- Sep 06, 2022 02:53 pm EDTCombined Synopsis/Solicitation (Original)