Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2005 FBO #1426
MODIFICATION

R -- SUPPORT SERVICES PITTSBURGH, PA EAC

Notice Date
10/20/2005
 
Notice Type
Modification
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Administrative Support Center, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510
 
ZIP Code
23510
 
Solicitation Number
EA1350-06-RQ-0016
 
Response Due
10/31/2005
 
Archive Date
11/30/2005
 
Point of Contact
Linda Jacobs, Contract Specialist, Phone (757) 441-6563, Fax (757) 441-3735, - Margaret Rankin, Contracting Officer, Phone 757-441-6562, Fax 757-441-3786,
 
E-Mail Address
linda.l.jacobs@noaa.gov, margaret.a.rankin@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The following answers to questions were posed by potential offerors. The date for receipt of responses to this has been extended until October 31, 2005. 1. Will the Contractor be provided with a Federally Issued Vechicle? A. No, individual will use his privately-owned vehicle. 2. Does the government have a standard payment frequency or will the Government considered a proposed payment frequency submitted by the Contractor? A. Contractor will submit a monthly invoice and be paid by month. 3. Will the position require any out of state travel? A. No. 4. How much notice will be given for travel with government officials and to other Department of Commerce locations? A. Depending on circumstances sufficient time will be given, up to a week prior unless an emergency arises. 5. Is this contract renewable? A. This purchase orders renewability is based on Congressional funding. 6. Will the Contractor be able to authorize purchase of marketing materials developed for implementation of Outreach Programs? A. No. The Department of Commerce, ITA, Pittsburgh Export Assistance Center, Pittsburgh Pennsylvania has a requirement for the following support service: The U.S. Commercial Service, Export Assistance Center of Western PA in Pittsburgh, PA provides export related programs and services to U.S. firms within the following 31 counties of Western PA: Allegheny, Armstrong, Beaver, Bedford, Blair, Butler, Cambria, Cameron, Clarion, Centre, Clearfield, Clinton, Crawford, Elk, Erie, Fayette, Forest, Fulton, Greene, Huntingdon, Indiana, Jefferson, Lawrence, Mercer, McKean, Potter, Somerset, Venango, Warren, Washington, and Westmoreland. **30 of those counties are considered rural. This office is staffed with 1 Office Director, 2 Trade Specialists, and 2 SCEPs (Student Career Experience Program) to maintain the responsibilities of the U.S. Commercial Service operations in stated area. In addition, it is necessary for the office to have a REI (Rural Export Initiative) staff for support and assistance of rural clients by the Director and staff. This would entail both administrative and programmatic management assistance in the areas of strategic planning, clients services, appointment scheduling, trade events, trade partnership development, support of office operations and staff duties. Contractor is responsible for assigned duties in the areas mentioned above, with additional special projects assigned as follows: A. Performance Measurement 25% Ensures quality of data and narratives submitted for export actions Prepares analysis of operating unit performance measures Data entry, consolidation and formatting of regional performance measures Develops spreadsheet analyses of performance measure data for multiple year periods Identification of success stores, highlights, news articles for outreach programs B. Marketing and Outreach 25% Creates export marketing techniques and materials for the U.S. Export Assistance Center Designs sample publications for outreach efforts Develops charges and graphs that demonstrate client services Researches export data from other federal, state and local agencies Incorporates feedback from local officer with regards to marketing needs, including monitoring client feedback C. Special Projects 20% Implements new software programs and generates guidance for the creation and development of office projects Creates benchmarks analysis for the improvement of operations, customer service, and export programs Support the Reverse Services Initiative as appropriate and in concert with staff and director Support Annual PA-5 Congressional Trade Development Seminar Support all PA-wide REI initiatives D. Office Operations 5% Serves as liaison for primary contact for incoming phone calls in concert with existing staff and interns Provides administrative assistance to local office direct or, including office trade specialists Makes appropriate referrals of incoming calls to director, local offices and trade specialists E. Public Relations/Customer Satisfaction 25% Provides support to trade specialists and clients that have general questions Ensures client satisfaction and follow up phone calls have been made on a timely basis Helps to promote local awareness of products and programs within the export trade community Helps to maintain support of trade specialists for customer care Support the intern program, website development, reverse services, etc. Place of Performance The contractor will be provided with workspace and in kind services outlined in a MOU (Memorandum of Understanding) at the following location: Gannon University Small Business Development Center (SBDC) A.J. Palumbo Academic Center, University Square, Erie, PA 16541 The contractor shall work no more than 40 hours per week. Work hours shall be between 8:30 A.M. and 5:00 P.M. Furnished Equipment The government will provide a personal computer with all needed software and limited supplies needed to conduct tasks. The Gannon University SBDC, as outlined in the MOU, will provide a desk, chair, telephone, and office supplies in addition to access to the internet and use of the Universities facilities. Contact Information The Government shall not provide benefits and insurance. That is the responsibility of the contractor. On notification by the Government, the contractor may accompany Commercial staff on office visits in the local community or travel to other Department of Commerce locations. Travel and subsistence expenses incurred, if required, in the direct performance of this contract shall be reimbursed in accordance with the contractor?s established policy, subject to the limitations set forth herein, pursuant to the Federal Acquisition Regulation (FAR) Subpart 31.205-46, establishing the Federal Travel Regulations (FTR) procedures. Travel shall not be reimbursed in excess of the cost of first class rail or of the lowest customary standard, coach or equivalent airfare offered during normal business hours, except where the contractor certifies as to unavailability of accommodations, or necessity to travel during other than normal business hours based solely on the Government?s requirement for performance. Subsistence for lodging, meals and incidental expenses shall be reimbursed based on actual costs incurred only to the extend that they do not exceed on a daily basis, the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulations. In the event that the Contractor cannot negotiate a lodging rate at or below the FTR rate, the Contractor shall submit a request for payment of actual lodging costs to the Contracting Officer for approval prior to incurring any charges for lodging. For any employee, routine daily commuting time (less than 50 miles one-way from their place of employment or residence) to and from the work site is not an allowable charge under the order. SUBMISSION OF INVOICES: Invoices shall be submitted to the POC, see Block 6f of the Purchase Order for the address, with a copy to Linda Jacobs, Eastern Admin Support Center, 200 Granby Street, Room 815, Norfolk, VA 23510. Estimate 1,920 hours for the period November 1, 2005 through September 30, 2006. 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. OFFERS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Quotations should be submitted by October 18, 2005 to the U.S. Dept. Of Commerce/NOAA/Eastern Admin Support Center, Acquisition Management Division, 200 Granby Street, Room 815, Norfolk, VA 23510, ATTN: Linda Jacobs. For additional information contact Linda Jacobs at 757-441-6563. Quotations may be faxed to: (757) 441 3735 or 3786. Reference Request for Quotation (RFQ) Number EA1350-06-RQ-0016 on your quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulations Re-Write and Federal Acquisition Circular 6. The provision at 52.212 1, Instructions to Offerors Commercial applies to this acquisition; there are no addenda to the provision. Provision 52.212 3, Offeror Representations and Certifications Commercial Items must be submitted with your offer. Please ensure your compliance with ORCA requirements in Provision 52.212-3. Clause 52.212 4, Contract Terms & Conditions Commercial Items applies to this acquisition. Clause 52.212 5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Commercial Items (Checked Clauses 1, 10, 15, 16, 17, 26 and 31), apply to this acquisition. Clause 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration and clause 52.204-7 Central contractor Registration apply to this requirement. These clauses can be downloaded and/or viewed at www.acqnet.gov/far. All responsible sources may submit an offer which shall be considered by the agency. To be eligible for award, offerors must be registered with the Central Contractor Registration (CCR): www.ccr.gov and obtain (and provide on the offer) a DUNS number by calling 1-800-333-0505. Award will be made to the lowest responsible, responsive offeror who can meet the specific requirements contained in the FEDBIZOPPS announcement and is most advantageous to the government considering price and other price related factors. No Defense Priorities and Allocations System (DPAS) rating assigned. This is 100% Set-Aside for Small Businesses. The FSC for this is R499 and the NAICS Code is 541990, small business size standard is $6.0 million. Award will be made on or about November 7, 2005.
 
Place of Performance
Address: 425 6TH Avenue, Suite 2950, Pittsburgh, PA
Zip Code: 152191819
Country: USA
 
Record
SN00918432-W 20051022/051020211816 (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.