Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2003 FBO #0688
SOLICITATION NOTICE

R -- CPA Services

Notice Date
10/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE Washington Navy Yard, Washington, DC, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
N00033-04-P-9001
 
Response Due
10/23/2003
 
Archive Date
11/6/2003
 
Point of Contact
Kevin Spillane, Contract Specialist, Phone 202-685-5956, Fax 202-685-5965, - Kevin Spillane, Contract Specialist, Phone 202-685-5956, Fax 202-685-5965,
 
E-Mail Address
kevin.spillane@navy.mil, kevin.spillane@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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, and using FAR Part 13 procedures, including FAR Part 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation Number: Request For Quotations N00033-04-P-9001. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-16. (iv) This solicitation is a 100% small business set-aside. NAICS Code: 541211; Small business size standard: $6.0 million. (v) The following two CLINs apply: CLIN 0001, Contract award 1800 hours (estimated 24 Oct 03 to 19 Sep 04; CLIN 0002, Option 1, 1800 hours (estimated 20 Sep 04 to 19 Aug 05). (vi) Statement of Work: This requirement is for a Certified Public Accountant (CPA) who has knowledge of and familiarity in using the ORACLE COTS Financial System (FMS). The services shall be performed at the N82 Accounting Division of the Military Sealift Command Headquarters (MSCHQ), currently located in Buildings 157 at the Washington Navy Yard, Washington, D.C. The Period of Performance shall be for 1800 hours, commencing from the award date of contract (on or about 20 October 2003). Specific Tasks: (a) Research problem areas within ORACLE and provide support within MSC?s N8 Functional Directorate relating to, but not limited to, assisting in the researching and development of procedures to track within both the ORACLE system and the Government infrastructure; (b) Review/distribute/research unmatched DEF (Daily Expenditure File) and Interfund (Register 6) disbursements and take corrective action to match and clear them; establish procedures for MSC/DFAS staff to follow in clearing these disbursements when necessary; train HQ staff as required to clear Problem Disbursements; prepare in whole or part metrics to monitor progress. Other Requirements: Contractor must be a U.S. citizen and must be able to read, speak, and write fluently in English to enable the Contractor to perform all tasks herein. The Contractor shall comply with all Federal, State, and local laws and local base regulations. These include, at a minimum, smoking regulations and all traffic regulations on site. Security at Buildings 157 and 210, Washington Navy Yard consists of Physical Security, Information Security, and Personnel Security. The Contractor shall comply with MSC, DON, and DOD security requirements. Security clearances are not required. However, Contractor may be required to work with business sensitive material and therefore may be required to sign Non-Disclosure Statements. The Washington Navy Yard Security Office and/or the MSC Security Officer will issue identification badges and automobile decals to the Contractor. The Contractor shall submit a request for badges and vehicle registration decals to the COR. The Contractor shall display identification badges when on premises. The Contractor assumes full responsibility for the proper use of the MSCHQ identification badge and DOD automobile decal. The Contractor shall return the badge to the issuing authority and destroy the automobile decal completion of the performance period. The Contractor shall follow all safety regulations applicable to the work area. The Contractor shall become familiar with all relevant emergency procedures, and have access to emergency telephone numbers. The Contractor may contact the MSCHQ Safety Office for further guidance or assistance. The Contractor shall be familiar with and comply with MSC?s local instructions and directives concerning fire drills, evacuation, and fire safety training. Government provided work areas occupied by the Contractor are subject to monthly fire inspections conducted by certified Navy Fire Inspectors. The Contractor shall observe all requirements and directives for the handling and storage of combustible waste and trash. The Contractor shall comply with OSHA, Navy, and other regulatory agency requirements for record keeping and reporting of all incidents. The Contractor shall immediately report any mishaps that cause injury or occupational illness to the COR. Contractor personnel are required to report observations of unsafe or unhealthy working conditions to the MSCHQ Safety Officer. Within available Government work areas, the Contractor shall follow all environmental related State and Federal statutes and corresponding Navy regulations. The Contractor shall keep the work area in accordance with safety and environmental regulations. The Government will make available the Information Technology equipment and other equipment as listed below for use at MSCHQ: Cubicle/desk/work area; one or more chairs; one computer and monitor; one telephone; cubicle storage area/file cabinet. Resources shared by multiple users include: Printers; facsimile machines; copy machines. The Navy-Marine Corps Intranet (NMCI) will be providing office automation software, which currently includes the following software elements: Office Suite-Standard Office Automation Software (MS Word/MS Excel/MS PowerPoint/MS Access/Email Client-MS Outlook 2000/Internet Browsers; MS Internet Explorer 5.5 SP-1 128bit (Microsoft); Communicator 4.76 (Netscape)/PDF Browser; Acrobat Reader v.4.05c/Compression Tool-Winzip (v.8). The MSC IT environment includes LAN, Internet, Intranet, etc. The Contractor must be able to be accommodated within the allocated space. Should a hazard be identified, the Government will correct hazards according to base-wide Government-developed-and-approved plans of abatement taking into account safety and health priorities. The fact that no such conditions have been identified does not warrant or guarantee that no possible hazard exists, that workaround procedures will not be necessary, or that available facilities will be adequate to meet the responsibilities of the Contractor. These facilities shall only be used in performance of the tasks required herein. The Contractor shall submit requests for repair or replacement of available government equipment to the Government for processing. Such requests shall specify the reason for the replacement request. The Government will provide consumables required for performance. The Contractor shall be responsible for keeping adequate materials on hand for performance. The Contractor shall request replenishment of materials (e.g., paper, pens, toner cartridge, filing materials) by providing a written request to the COR. Requests shall provide adequate lead-time to permit replenishment. The Government will make instructions and information related to operating and correspondence procedures available to the Contractor. Information may be made available electronically or in hard copy at Government option. Within the allocated spaces, the Government will provide telephone, electricity, and water. Utilities shall only be utilized for performance of work required herein. The Contractor shall take all actions necessary to ensure proper conservation of utilities. The Contractor is responsible for providing all material and supplies beyond those made available by the Government. Any additional property and materials are subject to MSC security requirements, restrictions, and configuration control. The Contractor will not be separately reimbursed for the purchase of additional equipment, materials, and services. The Contractor shall seek and secure permission to install or use equipment before introducing it into Government furnished facilities. All equipment used and provided by the Contractor shall meet OSHA requirements and MSC security requirements. All equipment must be properly rated and be capable of operating on existing building circuitry. The Contractor shall not operate or attempt to operate electrical equipment or combinations of equipment that require power exceeding the capability of existing building circuitry. (vii) Period of Performance: Base period: 1800 hours commencing on or about 20 Oct 03; Option period, if exercised: 1800 hours commencing upon expiration of base period. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, with the following addendum: Offerors must submit the following information with proposals: (1) A detailed narrative describing how each of the specific tasks in the Statement of Work will be accomplished. The intended contract will be a firm, fixed-price contract. Pricing to be submitted on a fully burdened hourly basis. (2) A brief narrative describing the offeror?s capabilities and previous experience in performing similar tasks, including at least three references identifying customers for whom such services have been performed during the past three years. (3) Small business size status, TIN, DUNs number, and statement regarding Central Contractor Registration (CCR) status. Note that contractors must be registered in the Department of Defense CCR to receive awards. Registration information is available at http://www.ccr.gov. (ix) The provision at 52.212-2, Evaluation-Commercial Items applies. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price an other factors considered. The following factors shall be used to evaluate offers: award will be made to the Low Cost, Technically Acceptable offeror with acceptable past performance. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with proposals. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (5)(i), 32.219-6; 52.219-4; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13, and ; 52.232-33 apply. (xiii) The following is incorporated as 52.212-4, Addendum: FAR Clause 52.232-18. ?Availability of Funds.? The clause at 252.212-7000, Offeror Representations and Certifications?Commercial Items, applies. The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies, specifically, 52.203-3. (xiv) No DPAS rating is applicable. (xv) Numbered Notes: Number Notes (1) applies (100% small business set-aside; see www2.eps.gov/Numbered_Notes.html for a complete listing of Notes). (xvi) Offers are due by 1200 hours local time, Thursday, 23 October 2003. Proposals may be submitted via fax (202-685-5965) or email (Kevin.spillane@navy.mil). (xvii) For further information contact Kevin Spillane at (202) 685-5956 or by fax or email as shown above.
 
Place of Performance
Address: 914 Charles Ct., SE, Washington Navy Yard, DC
Zip Code: 20398
Country: USA
 
Record
SN00452194-W 20031016/031014213252 (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.