Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2003 FBO #0569
SOLICITATION NOTICE

T -- Reproductive Administrative Support Assistant

Notice Date
6/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 555 Seventh Street Suite 113, Columbus AFB, MS, 39710-1006
 
ZIP Code
39710-1006
 
Solicitation Number
F7CS0331250100
 
Response Due
7/21/2003
 
Archive Date
8/5/2003
 
Point of Contact
Deanna Cox, Base Support Flight Chief, Phone 662-434-2487, Fax 662-434-2492, - Paul McClain, Contract Specialist, Phone 662-434-7761, Fax 662-434-7764,
 
E-Mail Address
deanna.cox@columbus.af.mil, paul.mcclain@Columbus.af.mil
 
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, streamlined procedures for evaluation and solicitation for commercial items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation, F7CS0331250100. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. The associated North American Industry Classification System (NAICS) for this procurement is 323119 , and the small business size is 500 employees. This is advertised as 100% Small Business Set Aside. The required service is for a reqproductive administrative assistant at Columbus AFB, MS in accordance with the statement of work below. The performance period for this service purchase order will be for one base year starting 1 oct 2003 through 30 sept 2004 with one option year. STATEMENT OF WORK PRODUCTION CONTROL CLERK FOR CAFB COPIER CENTER 1. DESCRIPTION OF SERVICES: The contractor shall provide 1 employee to operate government owned/provided duplicating equipment to support the mission of CAFB. Contracted employee shall perform duties as a Production Control Clerk as well Copier Liaison duties for the CAFB Copier Program. 2. DUTIES AS PRODUCTION CONTROL CLERK: Contractor shall edit documents and provide printing services to customers. Review customer printing request and determine if job is to be produced in-house or referred to another sanctioned support unit. This determination shall be based upon capacity of equipment and number, number of copies and the capability/limitation of on site provided equipment. Produce forms, instructions, reports, letters and brochures using computers and appropriate word processing software. Retrieve, change, rearrange, reduce/enlarge, adjust exposure, collate, laminate and produce requested number of finished products using government provided devices and services. 2.1. Contractor shall perform office administrative functions including but not limited to, compiling and recording production data to compare records and reports on volume of production, consumption of material, quality control, and other aspects of production, performing any combination of the following duties: Compiles and records production data from such documents as customer orders and production specifications, following prescribed recording procedures and using government provided computers or calculating devices. Maintain files of documents used and prepared. Contractor shall maintain material inventory records and provide listings of required items to Government representative for procurement of materials and supplies. Provide production reports as requested by the Government Representative. 2.2. Contractor shall perform duties as the Base Copier Liaison for the CAFB copier program. Contractor shall be responsible for: All copier service calls to the vendor; stocking and supplying toner to customers; providing monthly billing to the Government appointed Print Control Officer to include billing for units with different funding appropriations, i.e., hospital; working directly with DAPS for billing discrepancies and providing resolution to the Print Control Officer; maintaining copier files for all base organizations; providing reports as requested by the Government Representative and performing other duties as required and related to this program. 3. HOURS OF OPERATION 3.1. Normal Hours. The normal hours of operation for the Base Copier Center (Bldg 530) will be the same as the established Wing normal duty day program except for federal holidays. This facility will not be open on federal holidays. 3.2. Emergency Services: Services may be required to support immediate printing services, or activation or exercise of contingency (actual or practice) plans outside the normal duty hours described above. Services of this type shall be considered overtime and the contractor shall be paid in accordance with the p[ay scale listed on schedule B Overtime reimbursement. 3.3. Overtime: The government shall pay the contractor only for overtime for which the contracting officer or the appointed Government Representative approves. Authorized overtime payment shall be paid from Line Item 2, Section B, Supplies Services and prices of this contract. All interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004 and 252.232-7009. CCR can be accessed at www.ccr.gov or by calling 1-888-227-2423. The CCR registration must be completed before award can be made. All offers should be emailed, faxed, or mailed to the attention of Deanna Cox, Contracting Officer, at 662-434-7753, Deanna.cox@columbus.af.mil. The due date for all quotes is 21 July 2003 by 4:00 p.m. CDT. Note that 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Offerors shall complete and present with their offers FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (July 2002). In addition the clause at 52.212-4 Contract Terms and Conditions-Commercial Items and 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items(DEV) applies to this solicitation. FAR 52.232.33 Payment by Electronic Funds Transfer- Central Contractor Registration. Full text of the clauses may be accessed at: http://farsite.hill.af.mil OR at www.arnet.gov/.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/ColAFBCS/F7CS0331250100/listing.html)
 
Place of Performance
Address: 14 CS/SCB Columbus AFB MS
Zip Code: 39710
Country: US
 
Record
SN00352606-F 20030621/030620013052 (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.