One (1) Contract Victim Specialist
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: Apr 25, 2024 10:11 am EDT
- Original Date Offers Due: May 10, 2024 11:00 am EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: May 25, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
- NAICS Code:
- 624190 - Other Individual and Family Services
- Place of Performance: Washington , DC 20226USA
Description
This is a combined synopsis/solicitation for 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; quotes are being requested and a written solicitation will not be issued.
The solicitation number is 15A00024Q00000061and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 624190 with a small business size standard of $16M.
This requirement is a Total Small Business Set-Aside and only qualified sellers may submit bids.
This requirement is for Contract Victim Specialist services, to include advocacy, support, and training, for the Eastern & Western regions. Please see "SF1449_15A00024Q00000061 " for the list of contract line item number(s) and items, quantities, units of measures and the Performance Work Statement (PWS).
The Period of Performance (POP) will be for one (1) Base year with one (1) Option year for Contracted-Victims Specialists (CVS) Services (See PWS). Actual dates will be determined at award. The primary place of work will be within an ATF FD, field office, or satellite office (see “Att. C_East-West_Locations). The contractor’s personnel may be authorized or required to work from worksites other than the place of performance at the approval of the Victim Witness Assistance Program PM.
The selected vendor must comply with the following FAR commercial provisions and clauses, which are incorporated herein by reference/full text respectively: FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the additional clauses in paragraph (b) identified in "SF1449_15A00024Q00000061 ". FAR 52.212-1, Instructions to Offerors - Commercial Items and FAR 52.212-2, Evaluation- Commercial Products and Commercial Services, are not applicable to this requirement. Please see “SF1449_15A00024Q00000061” for additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this requirement.
Vendors SHALL be registered and Active in the System for Award Management (SAM) system (www.SAM.gov) at the time of quotation submission, pursuant to FAR 52.204-7. Additional ATF local and FAR clauses and provisions may be included in the award. ATF local and FAR clauses and provisions currently incorporated included in “SF1449_15A00024Q00000061”. Additionally, provisions that require fill-ins for this solicitation are included. The vendor shall return these fill-ins with their solicitation response.
All questions regarding this solicitation shall be submitted in writing and sent via email to Steven Jaimes at Steven.Jaimes@atf.gov and shall reference the solicitation, 15A00024Q00000056. All questions shall be received by 1700 EST, May 02, 2024. All quotes shall be submitted via email to Steven.Jaimes@atf.gov by the solicitation response date in Block 8, pg 1, of “SF1449_15A00024Q00000061” or the amended date (if applicable). Quotes received after the exact time specified may be considered “late”.
Attachments/Links
Contact Information
Contracting Office Address
- ATF ACQUISITIONS OFFICE 99 NEW YORK AVE
- WASHINGTON , DC 20226
- USA
Primary Point of Contact
- Steven Jaimes
- Steven.Jaimes@atf.gov
Secondary Point of Contact
History
- May 31, 2024 12:00 am EDTCombined Synopsis/Solicitation (Updated)
- May 03, 2024 06:22 am EDTCombined Synopsis/Solicitation (Updated)
- Apr 25, 2024 10:57 am EDTCombined Synopsis/Solicitation (Updated)
- Apr 25, 2024 10:11 am EDTCombined Synopsis/Solicitation (Original)