Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2002 FBO #0383
SOLICITATION NOTICE

R -- Non-Personal Services, Retirement Benefits Specialist

Notice Date
12/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Justice Management Division, Civil Division, 1100 L Street, NW, Washington, DC, 20005
 
ZIP Code
20005
 
Solicitation Number
3Q-CIV01-1149a
 
Archive Date
1/7/2003
 
Point of Contact
Gregory Whitt, Procurement Analyst, Phone 202.305.1546, Fax 202.514.7968,
 
E-Mail Address
gregory.whitt@usdoj.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotations are being requested and a written solicitation will not be issued. Solicitation number 3Q-CIV01-1149a is a Request for Quotation. This solicitation document and incorporated provisions are those in affect through the Federal Acquisition Circular 2001-10. This procurement is 100% set-aside for small business concerns. The North American Industry Classification System Code is (561110). The small business size standard is $6 Million. The Civil Division's Office of Administration has a requirement for a Retirement Benefits Specialist, non-personal services, in support of its Personnel Management Branch in accordance with attached Statement of Work (Attachment 1). The estimated basic contract period is Jan-03-2003 through Jan-02-2004 with one option year. The offeror shall provide as a response to this RFQ: 1) a resume detailing relevant training and experience; (2) a list of at least three recent references; and (3) a complete price list (Attachment 2), and (4) completed clause 52.212-3 (Attachment 3). All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through e-mail or U.S. mail. Regardless of method of delivery, it is the offeror's responsibility to ensure receipt of the quotes by the time and date stated herein. The following clauses/provisions are applicable: FAR 52.212-1 - Instructions to Offerors-Commercial Items is applicable to this solicitation. The provisions at FAR 52.212-2 - Evaluation-Commercial Items is applicable to the solicitation and blanks in (a) are completed as follows: price, technical capability, and past performance. Offeror shall include with their offers a completed copy of the provision at FAR 52.212-3 - Offeror Representation and Certifications-Commercial Items. FAR clauses 52.212-4 - Contract Terms and Conditions- Commercial Items, and 52.219-6 - Total Small Business Set-Aside are applicable to this solicitation. FAR clause 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clause apply: are 52.222-21 - Prohibition of Segregated Facilities; 52.222-26 - Equal Opportunity; 52.222-35 - Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 - Affirmative Action for Worker with Disabilities, 52.232-34 - Payment by Electronic Funds Transfer-Other than Central Contractor Registration; 52.217-5 - Evaluation of Options, 52.217-8 - Option to Extend Services, with the last sentence completed as follows: "within 15 days of expiration of contract", and 52.217-9 - Option to Extend the Term of the contract, with paragraph (a) completed as follows: "15 days" and paragraph (c) completed as follows: "24 months", are applicable to this solicitation. CONTRACTOR EMPLOYEE RESIDENCY REQUIREMENT- All contractor employees assigned to this contract and working within the United States shall meet the DOJ Residency Requirement. The Residency Requirement states that, for three of the five years immediately prior to applying for a position, the individual must have: 1) resided in the United States; 2) worked for the United States overseas in a Federal or military capacity; or 3) be a dependent of a Federal or military employee serving overseas. This requirement can be waived for short-term (i.e., those employees performing duties for a cumulative total of 14 days or less) if there is a critical need for their specialized or unique skills (for example, interpreters for rare foreign languages). These individuals must be United States citizens or Permanent Resident Aliens. A waiver request from the head of the Component outlining the extenuating circumstances along with the requisite contractor clearance package shall be submitted through the Contracting Officer's Technical Representative (COTR) to the Department Security Officer (DSO) for approval. Each waiver request will be reviewed by the DSO and a determination made on a case-by-case basis. Additionally, a contractor employee who is not a U.S. citizen must be from a country allied with the United States. Since the countries on the Allied Countries List are subject to change, the head of the Component shall review the following website for current information: http://www.opm.gov/employ/html/Citizen.htm. NON-U.S. CITIZENS PROHIBITED FROM ACCESS TO DOJ INFORMATION TECHNOLOGY (IT) SYSTEMS- The Department of Justice does not permit the use of Non-U.S. citizens in the performance of this contract or commitment for any position that involves access to or development of any DOJ IT system. By signing the contract or commitment document, the contractor agrees to this restriction. In those instances where other non-IT requirements contained in the contract or commitment can be met by using Non-U.S. citizens, those requirements shall be clearly describe. Responses to this Request for Quotation (RFQ) must be received via e-mail, fax or delivery, by December 23, 2002, no later than 3:30pm Eastern Standard Time at the Contracts and Procurement Branch, 1100 L Street, NW, Washington, DC 20005. Responses should be marked with the solicitation number 3Q-CIV01-1149a and addressed to Gregory Whitt.
 
Place of Performance
Address: 1100 L Street, NW, Washington, DC
Zip Code: 20005
Country: USA
 
Record
SN00225879-W 20021220/021218213328 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.