Dd Form 2579 - Small Business Coordination Record Sample

ADVERTISEMENT

SMALL BUSINESS COORDINATION RECORD
(See DFARS PGI 253.219-70 for form completion instructions.)
2. PURCHASE REQUEST/
3. TOTAL ESTIMATED
1. CONTROL NO.
4a. PIID
b. PIID 2
5. SUPPLEMENTARY PIID
REQUISITION NO.
VALUE
(With options)
(Optional)
(If applicable)
0001
WXXXX-15-9847
$150,000,000
W12345-15
R-0015
6a. CONTRACTING OFFICER NAME
b. DODAAC
c. OFFICE SYMBOL
(Last, First, Middle Initial)
Doe, Jamie M.
W12345
AQCB
d. EMAIL ADDRESS
e. TELEPHONE NUMBER
(Include Area Code)
Jamie.M.Doe@mail.mil
703-555-2222
7a. ITEM AND/OR SERVICE DESCRIPTION
For A&E services for an IDIQ Contract for new training facilities for Fort Washington and across the agency. The program is in support of
developmental and rehabilitation designs of training facilities new and rehab road work, utility work, security systems, and building systems work.
Specific requirements are expected to include, but will not be limited to the preparation of design criteria, architectural and engineering designs,
specifications, design-related analyses and studies, economic analyses and cost estimates for the training facilities Additional support may include
environmental documentation, permits, special studies, and other environmental activities as required by federal, state and local laws and
regulations; feasibility studies, other special studies, geotechnical investigations and topographical mapping services, programmatic support
services, as-builts, and engineering and design during construction. A Single Award Task Order Contract is contract is required for consistency of
design throughout the training facilities at multiple locations in the contiguous United States.
b. PRODUCT OR SERVICE CODE
c. NAICS CODE
d. SIZE STANDARD
C119
541330
$15M
8. PERIOD OF PERFORMANCE/DELIVERY DATES
9. PURPOSE OF COORDINATION
(Including options)
(X one)
1 October 20XX through 30 Sep 20XX
Initial Coordination
Withdrawal
Change
10. RECOMMENDATION
(X all that apply)
a. SMALL BUSINESS SET-ASIDE
b. SECTION 8(a)
(X one)
(X one)
100%
Partial
%
Competitive
Sole Source
c. HISTORICALLY UNDERUTILIZED BUSINESS ZONE (HUBZone)
d. SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS
SMALL BUSINESS
(SDVOSB)
(X one)
(X one)
Competitive
Sole Source
Competitive
Sole Source
e. ECONOMICALLY DISADVANTAGED WOMEN-OWNED SMALL
f. WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE
BUSINESS (EDWOSB) SET-ASIDE
UNDER WOSB PROGRAM SET-ASIDE
g. OTHER SET-ASIDE
(Cite authority, e.g., FAR 26.202-1 or 6.208; or
h. OTHER THAN FULL AND OPEN COMPETITION NOT
DFARS 226.71)
PREVIOUSLY ADDRESSED
i. FULL AND OPEN COMPETITION
j. MULTIPLE AWARD:
Contract
Delivery/Task Order
(Complete block 13)
Reserves
(FAR 19.5) (List type(s) of small business, e.g., WOSB,
HUBZONE PRICE EVALUATION PREFERENCE
SDVOSB)
(Ref. FAR 19.1307)
11a. MARKET RESEARCH/ACQUISITION PLAN
An analysis to the capability statements submitted by interested firms in response to the sources sought announcement published on 10 August
20XX suggests that no small business firms are capable of performing this requirement, as there were only four large business firms determined
capable of providing the required services that will satisfy the A-E requirements. No small business firms were determined to be qualified from our
market research to constitute a set-aside, but subcontracting opportunities for small businesses were found. DFARS 219.502-1 (2) further states that
you do not set aside acquisitions for Architect-engineer services for military construction or family housing projects of $350,000 or more (10
U.S.C. 2855), including Indefinite Delivery and Indefinite Quantity contracts if the value of all anticipated orders is expected to total $350,000 or
more. Thus, the A-E requirement will be solicited in full compliance with the requirements of the Brooks Act, and DFARS 219.502-1 (2) as an
unrestricted SATOC This recommendation will not preclude any small businesses from responding to, and receiving an award as a result of, the
Synopsis and Request for Price Proposal (RFPP). A copy of the acquisition plan that includes the result of the market research is attached.
b. SYNOPSIS REQUIRED
(X one)
c. SMALL BUSINESS PROGRESS PAYMENTS
(X one)
Yes
No
(Provide FAR 5.202 exception)
Yes
No
(NOTE: Synopsis not required if <$25,000; see FAR 5.101(a)(1).)
12. CONSOLIDATED OR BUNDLED
(X as applicable)
a. CONSOLIDATED REQUIREMENT
Yes
No
(Attach required documentation per DFARS 207.170.)
b. BUNDLED REQUIREMENT
Yes
No
(Attach required documentation per FAR 7.107 including benefit analysis.)
13. SUBCONTRACTING PLAN REQUIRED
(X one)
Yes
No
A subcontracting plan is required on this acquisition. The Government will maximize participation of small business subcontracting by assigning
the statutory goals to the subcontracting plan including 23% to small business, 5% to Small Disadvantaged Businesses, 5% to Women Owned
Small Businesses, 3% to Service-Disabled Veteran Owned Small Businesses and 3% to HUBZone Small Businesses. If an offeror does not meet
the proposed subcontracting goals, the offer will be deemed unacceptable.
DD FORM 2579, AUG 2015
PREVIOUS EDITION IS OBSOLETE.
Adobe Designer 9.0

ADVERTISEMENT

00 votes

Related Articles

Related forms

Related Categories

Parent category: Business
Go
Page of 5