Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2005 FBO #1279
SOLICITATION NOTICE

R -- Professional Services

Notice Date
5/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, UNB 4th Floor 200 Third Street, Parkersburg, WV, 26101-5312
 
ZIP Code
26101-5312
 
Solicitation Number
BPD-05-CI-0068
 
Response Due
6/6/2005
 
Archive Date
5/27/2006
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation BPD-05-CI-0068 is being issued as a request for a proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03, dated April 11, 2005. The North American Classification System Code (NAICS) is 541990 and the small business size standard is $6 million. This acquisition is set-aside 100% for small businesses. The Indefinite Delivery, Indefinite Quantity (IDIQ) contract will be for a period of twelve months. The Bureau of the Public Debt, on behalf of The Office of Special Counsel (OSC) has a requirement for professional services to assist the OSC with the Merit System Protection Board (MSPB) law and practice. The contractor shall have office(s) located in the Washington, DC metropolitan area. The contractor shall meet the following requirements: a minimum of 20 years of continuous service in the private practice of law up to May, 2005; a minimum of 20 years of continuous Federal Sector Employment law experience up to May, 2005; a minimum of 15 years of publishing relevant books or articles on MSPB law and practice; experience in assisting Federal agencies on Federal sector employment law matters, either as a personal services contractor and/or consultant; and experience lecturing and providing seminars to the Federal Government on MSPB law and practice. The Contractor shall provide the required services in individually negotiated fixed-price task orders. The scope of the task orders may include, but are not limited to, providing training to OSC on MSPB law and practice; advising agency leadership on the interpretation of and application of MSPB statutes and regulations; and providing other advisory activities as assigned. The work shall be performed primarily at the Contractor?s location and the Contractor shall provide all equipment, telephone, and materials to complete the requirements of the contract. Offerors shall comply with the provision 52.212-1, Instructions to Offerors ? Commercial Items and its addendum, and submit the following information necessary to enable the proper evaluation of offers in response to this solicitation: the Offeror shall submit a technical proposal that addresses the Offerors qualifications identified herein. The Offeror shall identify its past performance and expertise in the field of MSPB law. In addition, the Offeror shall include at least three (3) client references that shall include the company name, contact person, telephone number, and mailing address. The technical proposal shall contain enough evidence to convince evaluators of the relevance of skills and objectives involved to ensure a successful completion of the tasks that are required to complete this contract. The Offeror shall submit a firm-fixed hourly rate for the services required herein. Offers will be evaluated in accordance with FAR 52.212-2 ? Evaluation ? Commercial Items, which is incorporated into this solicitation with addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (1) contractor qualifications, (2) past performance, and (3) price. The Government will make award to the responsible offeror whose offer conforms to the requirements herein and represents the greatest value to the Government. Technical and past performance, when combined are much more important than price. Oral presentations may be required. If oral presentations are required, the will be conducted at the Office of Special Counsel located at 1730 M Street, NW, Washington, DC 20036. The oral presentation shall be presented by the proposed Contractor and shall address the Contractor?s knowledge of all aspects of the requirements contained herein. Pricing information shall not be included in any part of the presentation. The one-hour time limit will begin at the Government?s discretion and will be terminated immediately at the end of one hour, unless, at the end of the presentation, or one hour time limit, whichever comes first, the Government is asking questions of the presenter. The Government reserves the right to evaluate proposals and award a contract without discussions with Offerors. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offers. The following clauses apply to this acquisition and are hereby incorporated by reference or full text, and are to remain in full force and effect in any resultant contract: full text clauses and provisions are available at: http://arnet.gov/far. FAR 52.212-4, Contract Terms and Conditions ? Commercial Items with the following Addendum: 52.204-7, Central Contractor Registration; 52.217-8, Option to Extend Services; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items including the following clauses in paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.2222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; Affirmative Action for Workers with Disabilities; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration. Offers must be received by 2:00 P.M. Eastern Daylight Time on June 6, 2005. Any questions on this solicitation should be submitted in writing to Sandra Elder, Contract Specialist, through e-mail to sandra.elder@bpd.treas.gov no later than June 2, 2005. Proposals may be submitted electronically to Sandra Elder, Contract Specialist at Sandra.Elder@bpd.treas.gov. The Offeror assumes full responsibility for ensuring electronic proposals are formatted in accordance with BPD security requirements. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered: bat, cmd, com, exe, pif, rar, scr, vbs, hta, cpl, and zip files. Microsoft Office compatible documents are acceptable. If the Offeror determines other formats are necessary, it is the Offeror?s responsibility to verify with BPD that formats are acceptable. Proposal materials with unacceptable or unreadable formats may be found non-responsive. When proposals are hand-carried or sent by courier service, the address for offers is the Bureau of the Public Debt, Administrative Resource Center, Division of Procurement; United Bank Building; 4th Floor; 501 Avery Street; Parkersburg, WV 26101. For offers sent via US Mail, FedEx, or similar methods, the address is: Bureau of the Public Debt, Division of Procurement; UNB 4th Floor; 200 Third Street; Parkersburg, WV 26101-5312. Interested offerors may register at http://www.fedbizopps.gov to receive notification when any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. If the Internet option is not available to you, you may receive a hard copy of the solicitation and any amendments (via U.S. Mail) by faxing your request to (304) 480-7203 or e-mailing your request to sandy.elder@bpd.treas.gov.
 
Place of Performance
Address: Washington, DC
 
Record
SN00816536-W 20050528/050526212447 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.