Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2005 FBO #1213
SOLICITATION NOTICE

R -- Temporary Employment Services

Notice Date
2/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
Reference-Number-CHR5016
 
Response Due
3/4/2005
 
Point of Contact
Michelle Creenan, Contract Specialist, Phone 301-295-3924, Fax 301-295-1716, - Jennilee Wickley, Contract Specialist, Phone 301-295-1379, Fax 301-295-1716,
 
E-Mail Address
micreenan@usuhs.mil, jwickley@usuhs.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 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. This is a request for quotes (RFQ). A. Requirements: The Uniformed Services University of the Health Sciences (USUHS) requires contractor support to provide temporary non-personal services in areas including, but not limited to: administrative, professional, clerical, technical, scientific, medical and laborer positions. This requirement is SET-ASIDE FOR SMALL BUSINESSES ONLY. Applicable NAICS Code is 561110 with a small business size standard of $6,000,000. Firms with GSA or other FSS contracts may consider this a request for reduced pricing under FSS requote procedures. The resulting order will be a three year IDIQ and USUHS will issue a separate task order for each position. All three years shall be evaluated together. This procurement is being conducted as a Commercial Items Acquisition in accordance with FAR Part 12, and FAR Part 13, Simplified Acquisitions. Detailed statements of work or task statements will be included with each task order. Usually, the USUHS will locate and recommend a potential individual for each position. The contractor will then interview for the position, make a hiring decision, confirm the hourly price and make a formal employment offer. Firms are instructed to propose a multiplier, which will be applied to the gross pay amount for each employee to calculate the hourly price. Firms may propose a fixed dollar amount that may be charged to cover recruitment and interviewing costs when USUHS does not recommend the employee for a given position. Selected contractor shall be able to place an employee on site within 48 hours of receipt of a signed task order. The contractor and their employee will be paid only for hours actually worked or otherwise authorized. The USUHS may change the work schedule of any position with 24-hour notice to the contractor. The Contractor is authorized to bill for designated employees who are to be paid for Federal holidays. Time Cards – The contractor will develop a time card to document the name of the person, USUHS Department assigned, hourly rate, hours actually worked for the time period, the cumulative number of hours worked, the number of hours funded/authorized and the number of hours remaining. This time card will be verified in writing by the employee and USUHS personnel and a signed copy provided to the Contracting Officer’s Technical Representative (COTR). The contractor will not provide service for any task order in excess of the number of hours authorized. Invoices – The contractor may bill on a bi-weekly basis and the invoice will contain line item detail for each person. The line will contain the person’s name and USUHS department, hours actually worked for the time period, the hourly price, the amount being billed, the cumulative number of hours worked, the number of hours funded/authorized and the number of hours remaining. Copies of time sheets will be attached to each pay period summary. The invoice will be submitted to the COTR (in both hard copy and MSExcel electronic format) and payment will be made by VISA purchase card. The contractor will be responsible for compliance with all Federal, State and local employment laws and regulations including withholdings, reporting and visa restrictions. USUHS will provide base access and any required security investigations. On an as needed basis, the contractor will conduct or arrange background investigations and provide for any required occupational health and safety requirements (USUHS will reimburse the contractor for the cost of these investigations, examinations, etc.). The USUHS currently secures these services from Jardon & Howard Technologies, Inc. under delivery order #HU0001-05-F-0154. There are currently approximately 32 individuals working under this order and an offeror should expect to transition most, if not all, of these individuals. USUHS may rely upon this contract to a significantly greater extent in the future particularly for instructors, who are paid as consultants. B. Line Item/Prices The contractor will supply personnel under the following conditions at the following prices: (For line items 1 through 4 the firm shall propose a percentage by which the hour price will be calculated for each position. E.g. If a firm wishes to charge 7% above the amount paid to subcontractor or employee, it should propose a 107% multiplier.) 1. Subcontract/Consultants – Payments to be made once per month based upon hours worked or progress as confirmed by USUHS personnel. (Insert 2 digits) 1___ % of amount of payment. 2. Full time/part time with no paid leave or benefits. (Insert 2 digits) 1____ % of wages paid 3. Full time/part time with leave. (Applicable Federal holidays may be billed to USUHS, Vacation and/or sick leave should be accrued in and paid from overhead) (Insert 2 digits) 1____ % of wages paid 4. Full time/part time with leave, health, dental and disability insurance, and a 401K plan. (Provide details of corporate benefits and eligibility) (Insert 2 digits) 1____ % of wages paid 5. Recruitment charge $__________ per recruitment. C. Evaluation Factors 1. Corporate experience in providing contract personnel in a heath or scientific setting to the Federal Government. 2. Past Performance - Offerors shall provide contact information for their 5 most pertinent contracts. 3. Price. D. Submission of Quotes All interested offerors shall submit their quotes, along with contact information for five customer references with similar contract requirements and a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial items to the assigned contract specialist by 3:00 PM EST on Friday, March 4, 2005. All quotes shall be valid for thirty days. Any questions or comments shall be directed to the assigned contract specialist. E. Applicable Provisions and Clauses The following clauses and provisions are incorporated by full text: 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acqnet.gov/far/ http://www.acq.osd.mil/dpap/dfars/ 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acqnet.gov/far/ http://www.acq.osd.mil/dpap/dfars/ The following provisions and clauses are incorporated by reference only: Provision 52.212-1, Instructions to Offerors-Commerical Items; provision 52.212-2, Evaluation-Commercial Items; clause 52.212-4, Contract Terms and Conditions-Commercial Items; clause 52.216-18, Ordering; clause 52.216-19, Order Limitations; and clause 52.216-22, Indefinite Quantity; clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (11-FEB-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 21-MAR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USUHS/BethesdaMD/Reference-Number-CHR5016/listing.html)
 
Place of Performance
Address: 4301 Jones Bridge Road Bethesda, MD
Zip Code: 20814
Country: United States
 
Record
SN00772907-F 20050323/050321212911 (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.