Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
MODIFICATION

R -- Human Resource NSPS services

Notice Date
6/14/2007
 
Notice Type
Modification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018, UNITED STATES
 
ZIP Code
20374-5018
 
Solicitation Number
N40080-07-R-7134
 
Response Due
6/20/2007
 
Archive Date
7/5/2007
 
Point of Contact
Naomi Melendez, Contract Specialist, Phone 202-685-8051, Fax 202-685-1788,
 
E-Mail Address
naomi.melendez@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
1.9 INTRODUCTION/SCOPE. Human Resources (HR) Support is required for the Naval Facilities Engineering Command Headquarters, Washington Navy Yard, Washington, D.C. The resultant contract will provide essential Human Resources position classification support and management consultation services, which directly enable the recruitment process. Upon conversion to the new National Security Personnel System (NSPS), Navy Commands are required to convert existing General Schedule (GS) Position Descriptions (PDs) to the new NSPS DD Form 2918 format. This command requires conversion to the NSPS format for approximately 265 government personnel. This contract will provide services to satisfy that requirement, and essential consultation services. The contractor shall provide administrative services, personnel, materials, office space and related equipment to perform the work delineated herein. The work is to be performed at the contractor?s facility; the Government will not furnish office space or equipment. Item 2.0 Applicable Documents are Department of Defense NSPS requirements, which can be obtained from the Director of Civilian Personnel Programs (DCPP) at the start and/or during performance. Item 3. 0 Tasks. The Contractor shall provide HR technical services in support of the objectives described herein. The level of effort must be sufficient to bring this Command into compliance with the Dept. of Defense requirement to re-format existing position descriptions into the NSPS format. Specific work shall include, but not be limited to the following: 3.1 Reviews, edits and converts existing GS position descriptions from the current narrative format to the required NSPS format (DD form 2918); 3.2 In developing the new NSPS position descriptions, it may be necessary to consult with management officials and/or Command human resources staff, to obtain additional or clarifying information to ensure preparation of an adequate product; and to attend approximately one-hour bi-weekly meetings, which may be required. 3.3 Coordinates efforts with overall NSPS program objectives via regular consultation with the Command NSPS Project Manager and the Director of Civilian Personnel Programs (DCPP); 3.4 Provides monthly periodic status reports on the project to the NSPS Project Manager and DCPP. As new NSPS position descriptions are prepared, the contractor will establish and deliver at the conclusion of the project an automated PD file, which will catalog and retain the newly developed PDs for future use by the Command. 3.5 Each new NSPS PD developed under this contract will be provided to the Command in hard copy and/or electronic (email) format along with the corresponding copy of the former GS PD, which it is replacing; 3.6 Responds to various data inquiries, reporting requirements, and other routine project status tasks as set forth in the project schedule to be discussed at the first technical meeting. 3.7 The objective is that PDs shall be submitted, reviewed by the government, and corrections made if necessary by 25th September 2007. Item 4.0 EDUCATION AND EXPERIENCE. Education: completion of a Bachelors degree is desired. Experience: A minimum of one year of comparable work experience in projects of related scope is required. Item 5.0 SUBCONTRACTOR. Consultants and subcontractors, including but not limited to, universities and colleges may be used if beneficial to the Government. Outside sources such as the current Harvard Business Human Capital articles may be used for reference purposes. Item 6.0 PERIOD OF PERFORMANCE. The period of performance shall be six months from award date. Item 7.0 The Government estimate calls for a maximum level of effort of 550 man hours of labor. Work schedules may be at the contractor?s discretion provided that agreed upon schedules are met. Local travel to and from the Washington Navy Yard government facility may be required on an occasional basis for meetings and consultations and the contractor may propose travel costs not to exceed $500, but may bill only actual, reasonable travel costs. Item 8.0 OTHER. Contractor Personnel shall be US citizen/s, with good vision and physical health; and able to read, write, and speak English fluently. No security clearance is required; however, due to occasional access to personnel privacy data, a National Agency Check (NACI) is required. Data shall be kept secure at all times; failure to do so may result in contract cancellation. Invoice instructions will be provided at award. Item 9.0 SPECIAL INSTRUCTIONS. No data provided to, or developed by, the contractor shall be used only for its intended purpose. All information (data files, and hard copy) becomes the property of the government and the contractor shall return them to the NAVFAC Washington upon completion of work. Item 10. The contractor shall be responsible for employing technically qualified personnel to perform the required work, and any personnel substitutions shall be approved by the government. The contractor shall ensure that the work delivered meets the contract requirements. The work history of each contractor employee must contain experience directly related to the task and functions he/she is intended to perform. The government may verify contract personnel work experience if needed. Item 11. Selection criteria, evaluation factors for award are as follows: Factor 1. Technical capability based on education and experience shown in the resumes of proposed personnel, and a management plan of how the contractor plans to perform the work and which includes the name, education, and experience of the project manager. No more than 10 pages shall be submitted for this factor. Factor 2: Past Performance information which may be obtained from in house data, requests for additional information from the contractor, and from the government?s PPIRS database, and (3) Proposed Cost. Lump sum proposals will be rejected as the labor category/ies and cost detail shall be shown. All three criteria are approximately equal in importance. The contract will be awarded based on Best Value through FAR Parts 12 and 13 Small Acquisition Procedures (SAP). FAR clauses FAR 52.212-4 and 52.212-5 will be incorporated into the resultant contract. The contract type will be a fixed price level of effort, which is 100% set aside for small business. See Item 7.0. Email technical and cost proposals by 4:00PM 11June 2007 to the Government point(s) of contact: Naomi Melendez, Contracting Officer at telephone (202) 685-8051 and email address: naomi.melendez@navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-JUN-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N62477/N40080-07-R-7134/listing.html)
 
Place of Performance
Address: Washington Navy Yard DC
Zip Code: 20374-5014
Country: UNITED STATES
 
Record
SN01319638-F 20070616/070614224949 (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.