Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2006 FBO #1504
SOLICITATION NOTICE

R -- HUMAN RESOURCE ASSISTANT

Notice Date
11/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North PO Box 36600, Billings, MT, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-05-014-REL
 
Response Due
12/17/2004
 
Point of Contact
Rita Langager, Contract Specialist, Phone 406.247.7293, Fax 406.247.7108,
 
E-Mail Address
rlangager@mail.ihs.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Programs for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)) and FAR 37.104, Personal Services Contracts (Public Law 103-332, Department of the Interior and Related Agencies Appropriation Act, Title II, September 30, 1994, 108 Stat. 2530). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a firm fixed-price commercial item purchase order in response to Request for Quotation (RFQ)-10-05-014-REL. This solicitation is restricted to 51% Indian owned (Native American/American Indian) business concerns in accordance with the Buy Indian Act (25 U.S.C. 47). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. The associated North American Industry Classification System code is 561110 and the small business size standard is $6 million. PRICE SCHEDULE: Offers should be submitted for BASE YEAR: 1999 hours @ $________ per hour = $__________; OPTION YEAR ONE: 1999 hours @ $________ per hour = $__________; OPTION YEAR TWO: 1999 hours @ $________ per hour = $__________. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for a Human Resource Assistant for the Billings Area Indian Health Service (BAIHS) Human Resource Branch, 2900 Fourth Avenue North, Billings, Montana. BACKGROUND: The BAIHS Human Resource Branch is responsible for maintaining personnel records on all employees in the BAIHS, providing employment information, recruitment activity, and providing technical assistance guidance and assistance to the various IHS Service Unit supervisors, managers and program consultants. CONTRACT OBJECTIVE: The primary objective is to ensure all personnel related information on BAIHS employees is maintained and filed accurately into employees Official Personnel Folders (OPFs) and distributed to employees in a timely manner. STATEMENT OF WORK: The Contractor shall work directly with the Human Resource staff and will serve under the direction of the Supervisory Human Resource Specialist. The Contractor will process personnel actions, receive calls from the general public and IHS employees and refer calls to appropriate staff, file various personnel related documents, and type personnel related correspondence. The Contractor will ensure personnel related requests from the general public are provided in an efficient and professional manner. Process personnel actions, type vacancy announcements and personnel related correspondence accurately and in a timely manner. The Contractor will be responsible for filing and distributing personnel correspondence to the IHS Service Units and employees in a timely and efficient manner. The Contractor shall maintain Official Personnel Folders on BAIHS employees, ensuring all files are maintained in accordance with Office of Personnel Management Handbook Guide to Personnel Record Keeping. The Contractor will be responsible for answering telephone calls and exhibiting a professional manner. The Human Resource Branch will orientate the Contractor as to their specific duties and responsibilities. The tour of duty is eight (8) hours per day, Monday through Friday. The work schedule is negotiable however, the Contractor must report to work no later than 8:30 a.m. each day. The Contractor may be requested, at times, to perform work beyond the normal tour of duty. If this occurs, the Contractor will receive credit hours during that time. The Contractor does not earn or accrue Annual Leave or Sick Leave and is not entitled to any health or life insurance, retirement or other benefits or deductions inherent to permanent federal employees. As a federal contract employee, the Government does not withhold Federal or State taxes. It is the Contractor’s responsibility to have taxes withheld and to pay for all taxes during the term of the contract. KNOWLEDGE REQUIRED BY THE POSITION: Ability to communicate orally and in writing. Ability to research and analyze data in order to resolve issues and problems. Skill in using a variety of computers and software packages, such as Microsoft Systems, using Word, Excel, Access, etc. Ability to ensure correct spelling, punctuation, capitalization and basic grammar when subject matter is normal or routine. Ability to plan and organize work with minimal direction or supervision so the assignments are completed in a timely manner. Skill in using other office equipment (e.g., typewriters, copiers, fax machines, etc.). SUPERVISION: The Contractor is subject to the supervision and direction of the Supervisory Human Resource Specialist or her designee. The supervisor will define the assignments (including procedures and methods to be used), priorities, and deadlines. The supervisor will assist the Contractor with difficult or controversial aspects of the job requirement. Final work will be reviewed, as necessary, for conformance to policies, regulations, and timeliness. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contractors performance will be measured based on the following Performance Requirements: (1) Quality of Performance; (2) Timeliness of Assignments; and (3) Customer Service. The Performance Requirements will be measured against the following Government Performance Standards: (1) Provide Human Resource Assistant Services as specified in the Performance Work Statement; (2) Assignments must be completed by the deadline dates established by the Supervisory Human Resource Specialist; and (3) 5 or more customer complaints. The Method of Government Surveillance to determine compliance with the Performance Requirements are as follows: (1) Reviews (i.e., written evaluations) and periodic conferences between the contractor and project officer; (2) Random Sampling by the project officer or her designee; and (3) Validated Complaints. Deduction Schedule: A 5% deduction shall be assigned to each Performance Requirement. Deductions shall be assessed against individual invoices when services are not performed or do not meet contract requirements. PERIOD OF PERFORMANCE: The performance of this contract shall be for a 12-month period with the option to renew for 2 successive 12-month periods. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide the Contractor with the following: (1) Office space including a telephone; (2) access to standard and specialized equipment including a computer, copy machines, and facsimile machines. The Human Resource Branch will be responsible for getting the Contractor access and clearance to all pertinent ARMS; intranet, internet, and computer services necessary to carry out his/her duties; (3) office supplies; (4) when authorized, travel costs and any other transportation expenses, in accordance with the Federal Travel Regulations (41 C.F.R. Chapter 300 through 304); and (5) if necessary, authority to use a General Services Administration (GSA) vehicle, for official purposes only. The Contractor will be required to provide evidence of motor vehicle liability insurance covering bodily injury and property damage to protect the Contractor and the Government against third-party claims arising from the operation of all GSA vehicles used in connection with the contract. The Contractor shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The Contractor shall comply with the requirements of FAR subpart 51.2, 41 CFR 101-39, 41 CFR 102-34, and the operator’s packet furnished with each vehicle. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 15 days after each quarter. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Project Officer. The Contractor agrees to include the following information on each invoice: (1) Contractors name and address; (2) Purchase Order Number; (3) Invoice number and date; (4) Dates of Service including the number of hours worked and total amount due; and (5) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where Federally funded children's services are provided. CHILD CARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI). A CNACI must be completed for all Indian Health Service (IHS) contractor personnel within the Billings Area. Public Law (P.L.) 101-630, Indian Child Protection and Family Violence Prevention Act and P.L. 101-647, Crime Control Act of 1990, require the IHS to conduct a character and criminal history background investigation on all contractors performing services in IHS facilities. The character and background investigations will be conducted by the Billings Area IHS Human Resource Branch. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999): (a) 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 and other factors considered. The following factors shall be used to evaluate offers and are included in the relative order of importance: (1) KNOWLEDGE OF HUMAN RESOURCE/PERSONNEL PROGRAM=30 POINTS; (2) ABILITY TO MEET DEADLINES=30 POINTS; (3) ABILITY TO WORK WITH THE GENERAL PUBLIC=30 POINTS; and (4) PAST EXPERIENCE WITH GOVERNMENT HUMAN RESOURCE SYSTEMS, POLICIES, AND PROCEDURES OR OTHER RELATED EXPERIENCE WITH ADMINISTRATIVE ASSISTANT DUTIES (The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must list at least three contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/Hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program Manager and telephone number, if applicable; and (8) Administrative Contracting Officer and telephone number, if applicable=10 POINTS. Technical and past performance, when combined, are approximately equal to cost or price. (b) Options. 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. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.233-4, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.245-2, 52.251-1, 52.251-2, 352.202-1, 352-215-1, 352.215-70, 352.223-70, 352.224-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, and 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://www.hhs.gov/ogam/oam/procurement/hhsar.html. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a copy of a Certificate of Degree of Indian Blood (CDIB) and a completed copy of FAR 52.212-3 with its offer. All responsible and eligible offerors may submit a proposal, which shall be considered by the Agency. The offeror shall agree to hold the prices firm for 90 days from the date specified for receipt of offers. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on December 17, 2004. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by e-mail at RLangager@mail.ihs.gov or by fax at (406) 247-7108. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-NOV-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-JAN-2006, 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.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-05-014-REL/listing.html)
 
Record
SN00962958-F 20060108/060106214532 (fbodaily.com)
 
Source
FedBizOpps 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.