Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
SOLICITATION NOTICE

99 -- Traveling Personal Attendant

Notice Date
1/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
624120 — Services for the Elderly and Persons with Disabilities
 
Contracting Office
Department of Transportation, Federal Transit Administration (FTA), Federal Transit Administration HQ, 400 7th Street, SW Room 9101, Washington, DC, 20590
 
ZIP Code
20590
 
Solicitation Number
DTFT60-06-Q-00001
 
Response Due
2/10/2006
 
Point of Contact
Iris Hall, Contracting Officer, Phone 202-366-4980, Fax 202-366-3808, - Iris Hall, Contracting Officer, Phone 202-366-4980, Fax 202-366-3808,
 
E-Mail Address
iris.hall@fta.dot.gov, iris.hall@fta.dot.gov
 
Description
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation DTFT60-06-Q-00001 is issued as a request for quotation. BACKGROUND: On March 13, 1998, Executive Order 13078 established the presidential Task Force on Employment of Adults with Disabilities. The Task Force was to create a coordinated and aggressive national policy to bring adults with disabilities into gainful employment at a rate that is as close as possible to that of the general adult population. The policy recommendations was to cover such areas as discrimination, reasonable accommodations, inadequate access to health care, lack of consumer-driven, long term supports and services, transportation, accessible and integrated housing, tele-communications, assistant technology, community services, child care, education, vocational rehabilitation, training services, job retention, on-the-¬job supports, and economic incentives The contractor shall accompany employees on work trips. This may include work-related travel to conferences, meetings, or any other official training or functions. In the instance that travel is required, all reasonable, allowable and allocable travel expenses incurred by a personal assistant will be reimbursed by the Government. Travel costs should not be embedded in the hourly labor rate of the services otherwise provided by the personal assistant. SECTION B: SUPPLIES OR SERVICES AND PRICES/COST Offerors are required to submit a labor-hour cost proposal for this effort. Base Period NTE 470 hrs Option One NTE 470 hrs Option Two NTE 470 hrs Offeror is to provide estimated hourly rates. Travel (Meals and Incidental expenses)* Base Period NTE $20,000 Option One NTE $20,000 Option Two NTE $20,000 *The Office of Civil Rights will provide transportation for attendant to travel with the Director of Civil Rights. All travel required by the Government will be reimbursed to the Contractor in accordance with the Federal Travel Regulations. SECTION C: DESCRIPTION/SPECIFICATION/WORK STATEMENT General Requirements The objective of this requirement is procuring services for personal assistant(s) for personnel faced with disabilities within the Federal Transit Administration (FTA). The contractor shall accompany employees on work trips. This shall include travel to conferences, meetings or any other official training and work related functions. In the instance that travel is required, all reasonable, allowable and allocable travel expenses that are incurred by the contractor will travel to conferences, meetings, or any other official training or functions. In the instance the Government shall reimburse all reasonable, allowable, and allocable travel expenses incurred by the contractor that travel is required. The Government shall reimburse the contractor for per diem and hotel rates in accordance with Government Travel Regulations. It is essential that all employees meet the highest standards of professionalism and personal integrity. They shall have and exercise full and complete control over granting, denying, suspending, and terminating employment suitability checks for employees and prospective employees. It a report indicating the unsuitability of any employee is received, or if a prospective employee is found to be unsuitable or unfit for his assigned duties, the COTR shall inform the contractor that the employee shall not be permitted to work under the contract. Work Tasks To Be Performed Statement of Work for Personal Attendant 1.Work in the DC area for attendance at conferences and meetings, and in the office, as needed. 2.Travels with the Director 3.Determines potential accessibility problems and solutions for travel. 4.Lifts wheelchair over curbs as well as maneuvers it in necessary situations. Make minor wheelchair adjustments of repairs when needed. 5.Opens and closes doors. 6.Locate telephone numbers and/or addresses, and takes extended messages. 7.Assist with personal needs, including but not limited to carrying packages, equipment, placing telephone calls, etc. 8.Surveys available conference and meeting rooms to access whether there is adequate space to reasonably and comfortable accommodate needs. Ascertains whether rooms have, or can accommodate, specialized or adaptive devices and equipment. 9.Provide assistance in boarding transportation-van, plane, train, and assuring the Director is comfortably situated. Make arrangement for accessible van transportation and assuring accessibility to all sites. 10. Work fluctuating hours in order to accommodate the special needs of the Director. 11. Assist employee with adaptive appliances. 12.Follow emergency procedures for fire and other disasters. 13.Assist with the carrying of briefcases, and other work-related material to and from automobile or public transportation. 14.Provides personal assistance services for persons with disabilities who are FTA employees. 15.Provide Reader/Research assistance when necessary. Qualifications 1.Possess a strong/healthy body in order to assist in performing personal tasks. 2.Knowledge of the basic operational mechanics and functions of a manual wheelchair. If an employee has a battery-operated wheelchair, the personal assistant must become acquainted with the functioning of the chair in order to make adjustments. 3.Individual must be able to communicate effectively and practice confidentiality. 4.Ability to read and write effectively. Performance of Performance Base period plus two one-year option periods. Base Period: 3/2/2006-3/1/2007 Option One: 3/2/2007-3/1/2008 Option Two: 3/2/2008-3/1/2009 SECTION D: PACKAGING AND MARKING, PREPARATION FOR DELIVERY N/A SECTION E: INSPECTION AND ACCEPTANCE N/A SECTION F: DELIVERIES OR PERFORMANCE All work under this contract shall be completed one (1) year from the date of award. The contractor is responsible for submission of invoices and supporting documentation for all costs claimed in the performance of the contract. The estimated number of hours for the Personal Assistant(s) for the one-year requirement is 780 hours. SECTION G: CONTRACT ADMINISTRATION DATA Contract Specialist Iris Hall Office of Acquisitions Management Federal Transit Administration Department of Transportation 400 7th Street, SW, Suite 9101 B Washington, DC 20590 Phone: 202-366-4980 Fax: 202-366-3808 Email: iris.hall@fta.dot.gov Technical Point of Contact: Cynthia Phifer Administrative Officer, Office of Civil Rights, Federal Transit Administration Department of Transportation 400 7th Street, SW Washington, DC 20590 Phone: 202-366-1141 Fax: 202-366-3475 Email: Cynthia.Phifer@fta.dot.gov BILLING INSTRUCTIONS The Contractor shall submit invoices for payment utilizing Standard Form 1034, “Public Voucher for Purchases and Services Other Than Personal,” to include supporting documentation for all costs/prices claimed in the performance of this contract. Each voucher shall be prepared in accordance with the FTA pamphlet entitled, “Billing Instructions,” and shall be numbered serially starting with No.1 for the first voucher. FTA’s pamphlet on “Billing Instructions” will be made available upon award of this contract. The Standard Form 1034 can be obtained from the “Federal Acquisition Regulations”, Part 53-301.1034 (see website at http://www.arnet.gov/far/). The Contractor shall submit one copy of all vouchers, INCLUDING THE FINAL VOUCHER (NOTE: Please “MARK” the final voucher “FINAL”) to the designated FTA Document Imaging Center noted below: Via Regular Mail: DOT, Federal Transit Administration AMZ-150 P.O. Box 269041 Oklahoma City, OK 73126-9041 Via FedEx: DOT, Federal Aviation Administration AMZ-150 (FTA Account) Attn: Todd Robinson (405-954-0471) 6500 S Macarthur Blvd ANF2/148 Oklahoma City, OK 73169 Submission of vouchers shall be made monthly. The contract number and title must be stipulated on all vouchers. METHOD OF PAYMENT PROCEDURE Payments under this contract shall be made under the Department of Treasury’s Automated Clearing House (ACH) system. Under this system, the funds will be wired (electronically transferred or EFT) to the contractor’s financial institution pursuant to FAR 52.232-34. Prior to the submission of Voucher No. 1, the Contractor shall insure that the information contained in the TFS Form 3881, “Payment Information Form-ACH Vendor Payment System,” is provided to the Office of Financial Management, TBP-50 (see Block 12 of SF-26). The cover page to the delivery order award should accompany the TFS Form 3881. TFS Form 3881 can be obtained from the Treasury’s website at http://fms.treas.gov/pdf/3881.pdf). FTA’s designated office for electronic funds transfer information is: Mailing Address: Federal Transit Administration Office of Financial Management, TBP-50 400 7th Street, SW, Room 9422 Washington, DC 20590 Telephone: 202-366-9748 Person to Contact: Sylvia Davis STATUS OF PAYMENTS Contractors can track the status of payments of vouchers through the Department of Treasury’s “PAID” System (a system developed by the U.S. Department of the Treasury’s Financial Management Service (FMS) to provide participating Federal agencies a method of making remittance information available to vendors through the Internet.) Contractors may register with the Department of Treasury to obtain payment status by logging into: “http://fms.treas.gov/paid/” Any changes shall be submitted in writing to the Contracting Officer. It is the Contractor’s responsibility to furnish these changes promptly to avoid payments to erroneous addresses or bank accounts. Failure to provide the requested informational changes to the Contracting Officer may result in delays in the payment of vouchers. Any such delays shall be considered the Contractor’s responsibility. PAYMENT OF TRAVEL AND PER DIEM COSTS (a) TRAVEL COSTS: Except as otherwise provided herein, the Contractor shall be reimbursed for travel costs (as defined in FAR 31.205-46) on the basis of actual costs incurred subject to the following: (1) All travel, whether it be within the Continental United States or outside the Continental United States, shall be accomplished by commercial carrier, privately owned automobile or auto rental and the cost paid by the Contractor. If such commercial transportation is not readily available, transportation will be furnished by the Government, when requested, by means of Government aircraft, vessel or vehicle. In the event the Government agency furnishing such transportation requires payment therefore, the Contractor shall pay the cost thereof and be reimbursed pursuant to the terms of this Section. The Government will reimburse the Contractor for domestic transportation on the basis of actual cost if by commercial or Government carrier, and at the per mile rate specified in the Federal Travel Regulation, plus road and bridge tolls. (2) The travel reimbursable herein includes only that travel (commercial carrier, or private automobile or auto rental) performed from the Contractor's plant to the site of work, between the sites of work, and from the site of work to the Contractor's plant. Travel at U.S. Military Installation where Government transportation is available; travel performed for personal convenience, including daily travel to and from work; will not be reimbursed hereunder. Travel costs incurred in the replacement of personnel will not be reimbursed by the Government to the Contractor when such replacement is accomplished at the contractor's or employee's convenience. (3) Relocation costs and travel costs incident to relocation are not allowable and will not be reimbursed hereunder. (b) PER DIEM: The Contractor will be reimbursed for the expense of meals; lodging; transportation between places of lodging or business and places where meals are taken and any other miscellaneous travel and living expense incurred in the performance of this contract at the per diem rate in effect at the time travel is conducted. Per diem shall be payable only when the contractor employee is in an authorized travel status. The per diem rate shall be established in accordance with the Department of Transportation Travel Regulation or a set rate agreed upon by the parties, however, such a set rate shall not exceed the maximum amount permitted by the Federal Travel Regulations. SPECIAL CONTRACT REQUIREMENTS N/A CLAUSES INCORPORATED IN FULL TEXT 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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.arnet.gov/far/ I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES NUMBER DATE TITLE 52.212-4 FEB 2002 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS 52.217-5 JUL 1990 EVALUATION OF OPTIONS 52.217-8 NOV 1999 OPTIONS TO EXTEND SERVICES 52.232-7 DEC 2002 PAYMENTS UNDER TIME AND MATERIAL OR LABOR HOURS 52.243-4 SEPT 2000 CHANGES-TIME AND MATERIAL OR LABOR HOURS 52.246-6 MAY 2001 INSPECTION OF TIME AND MATERIAL AND LABOR-HOUR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) Central Contractor Registration (CCR) is the database and the primary Government repository for Contractor information required for conducting business with the Government. Contractors are advised that prior to an award of a government contract they must be registered the CCR. Contractor may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. In addition to the above clauses the following clauses apply: (TAR) CLAUSES IN FULL TEXT TRANSPORTATION ACQUISITION REGULATIONS 1252.242-73 - CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (OCT 1994) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review and/or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the Contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents (i.e., contracts, contract modifications, etc.) that require the signature of the Contracting Officer. 1252.237-70 - QUALIFICATIONS OF EMPLOYEES (OCT 1994) The Contracting Officer may require dismissal from work of those employees which he/she deems incompetent, careless, insubordinate, unsuitable or otherwise objectionable, or whose continued employment he/she deems contrary to the public interest or inconsistent with the best interest of national security. The Contractor shall fill out, and cause each of its employees on the contract work fill out, for submissions to the Government, such forms as may be necessary for security or other reasons. Upon request of the Contracting Officer, the Contractor’s employees shall be fingerprinted. Each employee of the Contractor shall be a citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence as evidenced by Alien Registration Receipt Card Form 1-151, or who presents other evidence from the Immigration and Naturalization Service that employment will not affect his/her immigration status. SECTION J: LIST OF ATTACHMENTS AND EXHIBITS N/A SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF BID 52-204-8 Annual Representations and Certifications (Jan 2005) (a)(1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (b) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (b) instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (b) applies. [ ] (ii) Paragraph (b) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (b) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR CLAUSE # TITLE DATE CHANGE ____________ _________ _____ _______ Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted. SECTION L – INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS This is a competitive acquisition. 1. Submission of Proposals Proposals must be submitted via mail to the contract specialist listed in Section G, above. Proposals must be received no later 1300 hrs on Friday, February 10, 2006. 2. Information Required I. COVER LETTER: Include: a. RFP Title and Number b. Name of your organization, c. Past Performance on projects of size and scope similar to the enclosed statement of work and relevant past experience of the company. Submit no more than two past performance references w/ point of contact and telephone numbers with your proposal d. Resume of Proposed personnel. Basis of Award Offeror is advised that the Government intends to make award on the basis of best value. Offeror is advised to submit their most favorable terms and conditions in their initial quote. SECTION M - EVALUATION FACTORS FOR AWARD Attention is directed to Federal Acquisition Regulation (FAR) 52.215-1 which provides that the contract will be awarded to that responsible offeror whose proposal represents the best value after evaluation in accordance with the criteria shown below. The Government reserves the right to award the contract to the offeror with a higher total evaluated price, if the higher rating would yield the best value to the Government. Award of contract shall be made to the firm offering the best value. Proposals will be evaluated based on the following criteria in descending order of importance. 1. Past Performance – Past performance demonstrates capability to perform and experience in related work, including past performance and relevant experience personnel to be applied to this effort. a) Resume of proposed personnel with references. 2. Cost - The importance of the cost factor will increase with the degree of equality in the past performance factor, or when the cost is so significantly high as to diminish the value to the Government. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 07-MAR-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/DOT/FTA/FTAHQ/DTFT60-06-Q-00001/listing.html)
 
Place of Performance
Address: See combined synopsis
 
Record
SN01001926-F 20060309/060307213956 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.