Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOLICITATION NOTICE

R -- Administrative Support Services

Notice Date
6/15/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-FA NATIONAL INTERAGENCY FIRE CENTER* 3833 S DEVELOPMENT AVE BOISE ID 83705
 
ZIP Code
83705
 
Solicitation Number
RAQ075304
 
Response Due
7/3/2007
 
Archive Date
6/14/2008
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial services in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. This solicitation is set-aside 100% for SERVICE DISABLED VETERAN OWNED SMALL BUSINESS. Firm, fixed-price offers are requested under Request for Quotations (RFQ) solicitation number RAQ075304. This document incorporated provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-16. The NAICS code is 561110. The business size standard is $6.5 million. OBJECTIVE The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) has a requirement to obtain administrative support services for the office of Fire Program Analysis (FPA). Service shall be required for the base period from October 1, 2007 through September 30, 2008, with an option to extend the service for an additional one-year period, October 1, 2008 through September 30, 2009, pending price negotiations and availability of funds. SPECIFIC TASKS The Contractor shall provide administrative and clerical support to the FPA office. Work included within the scope of administrative support services may include, but are not limited to, the following: 1. Develop National Wildfire Coordinating Group (NWCG), Program Management Office (PMO), and National Wildland Fire Enterprise Architecture (NWFEA) hard/soft file records, and maintain currency of the FPA hard/soft files following U.S. Forest Service (USFS) file code structure. Files shall be updated weekly with 98% accuracy in filing by topic. Replicate FPA hard/soft files weekly, knowledge of Microsoft Word, Excel and Visio required. Replication shall be done within one hour of the requested delivery time 90% of the time. 2. Maintain currency of the FPA briefings/meetings list and supporting documentation, approximately 20 new events per year. List and supporting documentation shall be at least 95% complete. 3. Maintain currency of the FPA "white paper" tracking/versioning system, numbering between 10 and 30 per year. Completeness and tracking shall be at least 98% accurate. 4. Maintain organization charts and related graphics quarterly, knowledge of Microsoft Visio required. Charts and related graphics shall be 99% accurate. 5. Prepare documentation for approximately 20 annual briefings/symposiums/trainings; folders, table tents, name badges, and sign-in sheets. Documentation shall be at least 95% accurate in terms of content and spelling of participant names. 6. Maintain the organization and labeling of the FPA image/picture library semi-annually, knowledge of Microsoft XP operating system required. Library contents shall be organized and labeled such that staff can find specific images within 10 minutes of a team member's request. 7. Perform as a recorder/note taker for 5 - 10 project related technical meetings each year. Notes shall be complete, neat and be recorded in clear English. Notes shall be delivered in MS Word format by the second working day after the end of the event. 8. Monitor and maintain stocking levels in the FPA Team office supply cabinet. Replenish or order items monthly or upon staff request within one business day at least 90% of the time. 9. Perform as the NIFC, FPA Evacuation Warden - responsible for making sure all FPA personnel are accounted for during evacuation events and at practice drills. 10. Provide travel logistics support for the FPA Executive Project Manager, two FPA Business Leads, NWCG, PMO Manager, and the NWFEA Project for approximately 5 -20 travel events for each per year. Arrangements shall be made using the appropriate agency's online travel manager software. Travel arrangements shall be made within one working day of the request unless otherwise specified, and arrangements shall conform to the specifics of the request at least 99% of the time. 11. Perform new employee orientation, perform employee check-out procedures, and manage office equipment and maintenance schedules for FPA and PMO employees. Department of Labor Wage Determination 2005-2159 rev. 3 dated 05/29/07 is incorporated into this solicitation. FPA anticipates that the requirement shall be for an Administrative Assistant, GS-07, Federal Wage: $17.13/hour. An incumbent classified as Administrative Assistant has been with FPA for one year and can be referred. The contracted personnel for this position shall possess a high school diploma with two years of collective experience in the field or in a related area. DAYS AND HOURS OF OPERATION The office operates under a flexible work schedule. The contractor shall work eight hours per day Monday through Friday with a flexible work schedule between the hours of 6:00 am to 6:00 pm with the approval of the Office Manager. The contractor shall be allowed a minimum of a half hour to one full hour lunch break between the hours of 11:30 am and 1:00 pm. Work shall not be required on Federal holidays, NIFC closures due to weather, or Executive Order. McNamara-O'Hara Service Contract Act of 1965 as amended (SCA) shall apply. OVERTIME Overtime is not anticipated however, during periods that overtime maybe required at the discretion of the Office Manager, the Contractor shall be paid overtime in accordance with SCA. LOCATION All work will be done on-site at the location of the FPA Team at 1387 South Vinnell Way, Boise Idaho 83709. SUPPLIES, MATERIALS, EQUIPMENT AND UTILITIES The Government shall provide all normal office equipment and supplies necessary to do the work assigned. QUALIFICATIONS OF PERSONNEL 1. Contract employee shall meet the qualifications of the specified task section above. 2. Contract employee shall be clean and neat in appearance. 3. Contract employee shall be able to read, write, and speak English. REJECTION OF EMPLOYEE NIFC/FPA reserves the right to reject employee(s) at any time during the duration of the contract if they are deemed not to have the level of competence or abilities or for any reason found to be unsuitable for work required under the contract. A suitable replacement employee shall be provided the following work day or as soon as practicable. TRAVEL It is not anticipated that travel will incur outside the Boise Area, but if the situation arises all travel shall be pre-approval by the Office Manager and the Contracting Officer. All travel shall be reimbursed in accordance with the Federal Travel Regulations (41 CFR 301-304). CLAUSES The following Federal Acquisition Regulation (FAR) provisions and clauses shall apply to this procurement: 52.204-07 CENTRAL CONTRACTOR REGISTRATION; 52.212-01 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-02 EVALUATION-COMMERCIAL ITEMS; 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.212-04 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -COMMERCIAL ITEMS (Paragraph (b) the following clauses apply, 52.222-26, 52.219-27, 52.222-3, 52.222-19, 52.222-21, 52.222-36, 52.232-33, Paragraph (c) the following apply 52.222-41, 52.522-42, 52.222-43); 52.217-9 OPTION TO EXTEND TERM OF THE CONTRACT, (a) insert 60 days blank #1, 60 days blank #2, (c) insert 2 years; 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR insert 12 months blank #1, 12 months blank #2; 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL. EVALUATION FACTORS: The Government shall award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and past performance considered. The following factors shall be used to evaluate offers: Factor #1 - Price; Factor #2 - Past Performance; Offeror shall provide company/organization names, name of contact person and telephone number for three (3) contracts/orders performed within the last two years with work similar in complexity and magnitude to the work identified in the statement of work. Past performance can be based on the Contracting Officer's knowledge, contactor provided references, and other reasonable sources. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Prospective offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications must be completed at http://orca.bpn.gov . Quotes must be submitted in writing on a SF1449 or on company letterhead and must include the RFQ number, the company name, point of contract, address, phone number, fax number, DUNS number, unit price, extended price, any prompt payment discount terms, and information requested for evaluation. Quotes shall be received by July 3, 2007 at the Bureau of Land Management, National Interagency Fire Center, Attn: Janice Haener, 3833 South Development Avenue, Boise, ID 83705-5354, by FAX at 208-837-5574 or email at janice_haener@nifc.blm.gov . All responsible offerors may submit a quotation that, if timely received, shall be considered for award
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1284657)
 
Place of Performance
Address: Boise Idaho
Zip Code: 83709
Country: USA
 
Record
SN01320357-W 20070617/070615223943 (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.