Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2007 FBO #1936
SOLICITATION NOTICE

R -- Personal Assistants for Handicaped Employ

Notice Date
3/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of Justice, United States Marshals Service, Investigative Services Division, 8712 Morrissette Drive TOG, Springfield, VA, 22152-1079, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DJMS-07-CIB-Q-0081
 
Response Due
3/22/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6. This announcement constitutes the only solicitation to be issued, a paper solicitation will not be issued. Interested persons may identify their interest and capability to respond to the requirement or submit proposal based on the statement of work attached. All solicitations received within 9 days after date of publication of this synopsis/solicitation will be considered by the Government. It is anticipated that a fixed price purchase order will be awarded based on commercial labor hours and past performance. This requirement is to provide for personal assistance services as defined in the statement of work addressed below. The period of this anticipated purchase order will be from 4/16/07 through 9/30/07. STATEMENT OF WORK PERSONAL ASSISTANT FOR PHYSICALLY CHALLANGED EMPLOYEES The contract provides for personal assistance services for up to two physically challenged US Marshals Service (USMS) employees. As a result, a personal assistant is to report to the USMS every business day to attend the needs of an assigned physically challenged employee. One personal assistant shall be assigned to each disabled employee. OFFICE ASSISTANCE: The contractor shall provide qualified personnel to provide assistance to physically challenged employees of the USMS. Such services include the following: 1. Assist in gathering information from a variety of sources and presenting the information in usable form to employees; 2. Extract information from files, as requested by employees; 3. Retrieve paper from fax machines and printers, and present the information in usable form to employees 4. Prepare and set up reading materials and office equipment as requested by employees; and 5. Provide clerical support such as photocopy, fax, filing, typing, note taking and answering phone calls. Individual(s) will not be exposed to any top secret material. QUALIFICATION REQUIREMENTS: 1. Personal assistant should be experienced with word processing software packages, skilled in general office automation, and have a minimum typing speed of 40 wpm; 2. In addition, individual must be able to communicate effectively and practice confidentiality; 3. Assist disabled employees with the carrying of briefcases, and other work related material to and from automobiles or public transportation; 4. Accompany employee on work trips, outdoor breaks, putting work splints on hands. 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 the responsibility of the Government. Travel costs are not embedded in the fixed price of the services otherwise provided by the personal assistant. PERSONAL CARE: Working with employees with disabilities, incumbent must have a high degree of sensitivity and patience in performing his/her duties. As a minimum, the following areas are essential: Use correct hand washing techniques, follow proper infection control techniques, use correct body mechanics. maintain a clean and safe environment, have good oral hygiene, possess a strong/healthy body in order to assist in performing personal tasks, follow emergency procedures for fire and other disasters, assist employee with adaptive appliances, assist employee in dressing and undressing, transfer employee using assistance, transport employee with proper equipment, assist with nutritional needs ? food/drinks, assist with elimination needs, assist with blowing nose due to allergies, etc., 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, assist in emergencies and call for professional medical assistance if employees are unable to provide instruction on necessary care, and develop an awareness of the various disabilities, detect special needs of the employees and when necessary relate those needs to medical and emergency personnel. Place of Performance: U.S. Marshals Service, Washington DC Metropolitan Area Terms and conditions: Company must be registered on Central Contractor Registration (CCR) before an award can be made to them. If company is not registered in CCR, they may do so be going to CCR web site at http://www.ccr.gov. The following FAR clauses in paragraph (b) of FAR clause 52.212.5, Contract Terms and Conditions required to implement statutes or Executive Orders-Commercial Items will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34 The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected offeror must comply with the following commercial item term and conditions. FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition. The selected offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items. FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. PAYMENT: The preferred method of payment for these requirements is via the Government-wide purchase card. If the contractor does not accept the Government-wide purchase card then monthly payments will be made via electronic transfer through the Department of Treasury. Monthly invoices shall be presented by the contractor to the Government for payment. BACKGROUND INVESTIGATION PROCESS: The USMS will conduct a background investigation (BI) on contractor employees. If a BI has been completed by a component of the Department of Justice or any other Federal Government agency within the last five years, the BI process can be greatly accelerated. The contractor should provide the name, telephone number and point of contact at the component or government agency where a BI has already been completed, so we may verify the information. Quote preparation instruction: Offeror shall provide a price quote by completing the pricing schedule. Past Performance: Offeror shall provide the name, phone number and e-mail address, of references of similar contracts and work performance. INQUIRIES: Telephone calls will not be accepted. Inquiries must be made by e-mail or fax to the point of contact listed below: POC: Debra Browne Fax: 202/307-9502 Email: Debra.Browne2@usdoj.gov Section M ? Award Basis Award will be made to the responsible offeror providing the best value to the Government based on past performance and price, with past performance being the most important. TO BE COMPLETED BY OFFEROR PRICING SCHEDULE Unit Item Service Unit Quantity Price Total 0001 Provide 2 Personal hr 1872 $_____ $_________ Assistants each business day to provide services as outlined in the statement of work above
 
Place of Performance
Address: USMS- Washington DC Metropolitan Area
Zip Code: 22152
Country: UNITED STATES
 
Record
SN01250699-W 20070316/070314220609 (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.