Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
MODIFICATION

R -- CONTRACT MANAGEMENT SERVICES

Notice Date
8/6/2007
 
Notice Type
Modification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
U.S. Commission on Civil Rights, U.S. Commission on Civil Rights, U.S. Commission on Civil Rights, 624 Ninth Street, NW, Suite 550, Washington, DC, 20425, UNITED STATES
 
ZIP Code
20425
 
Solicitation Number
CCR-07-0003
 
Response Due
8/13/2007
 
Archive Date
8/28/2007
 
Point of Contact
Pamela Dunston, Agency Administrator, Phone 202-376-8105, Fax null, - TinaLouise Martin, Director, Office of Management, Phone 202-376-8364, Fax null,
 
E-Mail Address
pdunston@usccr.gov, tmartin@usccr.gov
 
Description
Letter Solicitation CCR-07-0003 Proposals will be accepted thru August 13, 2007. No more questions or request for additional information shall will be accepted. Please reference the Solicitation Number in your email. This is a letter solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this solicitation. Proposals are being requested. Solicitation will be awarded as a firm fixed-price contract. SUPPLIES OR SERVICES AND PRICES/COSTS ITEM DESCRIPTION QTY U/I UNIT PRICE AMOUNT Base Period of Performance 0001 Contractor to perform 1 Job $ $ Contract & Acquisition management services per the Statement of Work (SOW). Labor Category Labor Rate* Estimated Hrs Total Labor Cost Total Labor Cost $____________ *List labor categories that will be used under the proposed contract. Option Year 1 ? FY 2008 0001 Contractor to perform 1 Job $ $ Contract & Acquisition management services per the Statement of Work (SOW). for the fiscal year. Option Year 2 ? FY 2009 0001 Contractor to perform 1 Job $ $ Contract & Acquisition management services per the Statement of Work (SOW). for the fiscal year. Option Year 3 ? FY 2010 0001 Contractor to perform 1 Job $ $ Contract & Acquisition management services per the Statement of Work (SOW). for the fiscal year. STATEMENT OF WORK FOR CONTRACT AND PROCUREMENT SERVICES I. BACKGROUND The U.S. Commission on Civil Rights (Commission) is an independent agency that was first established by Congress in 1957 and reestablished in 1983. It is directed to: (1) investigate complaints alleging that citizens are being deprived of their right to vote by reason of race, color, religion, sex, age, disability, or national origin, or by reason of fraudulent practices; (2) study and collect information relating to discrimination or denial of equal protection of the laws under the Constitution because of race, color, religion, sex, age, disability, or national origin, or in the administration of justice; (3) appraise Federal laws and policies with respect to discrimination or denial of equal protection of the laws because of race, color, religion, sex, age, disability, or national origin, or in the administration of justice; (4) serve as a national clearinghouse for information in respect to discrimination or denial of equal protection of the laws because of race, color, religion, sex, age, disability, or national origin; (5) submit reports, findings, and recommendation to the President and the Congress; and (6) issue public service announcements to discourage discrimination or denial of equal protection of the laws. II. TASKS TO BE COMPLETED BY THE CONTRACTOR Based on background information to be provided by the Commission, the Contractor shall provide expert advice and counsel on legal and regulatory requirements for solicitation and execution of select contracts and purchases based on guidance from the Staff Director, and when designated, other senior staff throughout the contract period. When requested, the Contractor shall prepare all necessary paperwork and documents related to all aspects of the contracting process, including the solicitation and execution of an agency contract or purchase order. This includes drafting and preparing the language of the contract itself, as well as other documents, such as, but not limited to, requests for quotations. Where competition is required for placing of a contract or purchase order, the Contractor shall advise on all necessary competition requirements, including those for posting and publication, and prepare all necessary paperwork or documents to ensure compliance with those requirements. Where the Commission receives protests on the award of a contract, the Contractor shall provide advice on appropriate responses and prepare all necessary supporting paperwork or documents. Work is anticipated to include advice and counsel on, as well as preparation of, service contracts exceeding the micro-threshold and/or simplified acquisition threshold under open market, General Services Administration (GSA) schedule, and/or Small Business Administration 8(a) program contracting procedures. Work is also anticipated to include telephone consultations. The Commission does not anticipate entering into any contracts exceeding a value of $3,000,000 during the contract period. The Government will approve all contract actions handled by the vendor via the Contracting Officer?s Technical Representative (COTR) for this order. III. STAFFING REQUIREMENTS Key Personnel The Contractor must identify in the technical proposal, the key personnel at the technical expertise level (i.e., statistician, information systems experts, etc.), and senior level management and above assigned to the contract, as well as the total number of personnel assigned to the contract if multiple persons will be assigned to handle various contract task. Any subsequent changes in key personnel from those in the technical proposal must be approved in advance by the COTR. A. Minimum Contractor Staff Qualifications Attachment A consists of a listing of the contractor?s responsibilities and knowledge, skills and abilities necessary to perform the services listed in the statement of work. Included in the job responsibilities are educational requirements currently being used in the federal government in addition to required work experience. B. Resumes The Contractor shall include the resumes for all key personnel proposed under this effort. Whenever new personnel are hired or considered for this effort, the Contractor shall provide resumes to the COTR for approval in accordance with the Key Personnel Clause. IV. REPORTS Monthly progress reports are due by the fifth (5th) working day of each month. Progress reports must also be submitted with each billing received, detailing Contractor hours and work performed that met the required deliverable. V. PERIOD OF PERFORMANCE Work under this contract will commence on date of contract issuance and will end no later than September 30, 2007. Contractor will be notified by the government in writing of its intent to exercise the optional year(s) in the contract 15 days prior to contract expiration. VI. COST The contractor shall perform contract and procurement advisory services in accordance with the submitted price list delivered in response to the request for quotation, which will include all labor, overhead, research, administrative costs, overhead, profit and any other related costs for the completion of the work described in this order. This is an unpriced delivery order. The contractor will submit invoices at thirty-day intervals. The contractor shall perform no work in excess of an annual aggregate amount of $?? for the contract period. Under no circumstances will the Government be liable for any type of costs in excess of the fixed price amount stated above. Upon completion of the work described herein, the Contractor shall invoice the Government for progress payments as follows: The invoice must be sent directly to the COTR for his order for certification of receipt of services and products. Payment will be made in accordance with the Prompt Payment Act. VII. CONTRACTING OFFICER?S TECHNICAL REPRESENTATIVE (COTR) The Contracting Officer?s Technical Representative (COTR) for this order is TinaLouise Martin, Director, Office of Management, U.S. Commission on Civil Rights. Ms. Martins contact information is as follows: U.S. Commission on Civil Rights 624 Ninth Street, N.W. Room 510 Washington, D.C. 20425 tmartin@usccr.gov (202) 376-8364 The COTR is solely responsible for (1) providing the Contractor with day-to-day guidance as needed; (2) providing the Contractor, on a timely basis, with any and all Commission furnished materials; and (3) answering questions, clarifying intent, etc. The COTR for this order also has contracting authority to alter the statement of work, period of performance, cost, et. al. Technical direction and guidance for this order will be coordinated through the COTR or his designee as needed. The invoices will be paid in accordance with applicable laws, including the Prompt Payment Act, following certification of receipt of services by the COTR. VIII. PREMATURE RELEASE OF COMMISSION INFORMATION Specific information provided by the Commission for contract negotiating purposes must be safeguarded until an official release by the USCCR. No draft or final contracts, or specific portions of such contracts of the Commission as described in the statement of work are to be released by the Contractor prematurely or in advance of the official contract execution date unless prior approval is obtained from the COTR. The COTR, or his designee, will provide approval for information to be released. IX. RIGHTS CONCERNING PRODUCTS All products produced under this purchase order will be the sole property of the Government. X. CONFIDENTIALITY AND NONDISCLOSURE 1. The USCCR computer systems and storage media that the Contractor or its subcontractor(s) have access to under this contract is considered sensitive information and applications. Therefore, the Contractor will comply with the contractual security requirements. 2. Any USCCR information, software, applications, computer systems and hardware accessed by the Contractor in the performance of this contract shall remain the sole property of USCCR. 3. To the extent that any software or applications on the USCCR systems are protected by copyright, the Contractor agrees that it will not copy or disclose them without first obtaining prior written authorization from USCCR, which will be provided only where authorized under applicable copyright law. 4. The Contractor and its employees, as well as the subcontractor(s) and it?s employees will access, or be provided access to, the USCCR information, software, applications, computer systems and hardware only to the extent necessary, and only for the purpose of, performing this contract. The contractor will take reasonable steps to ensure that it will allow only those contractor and subcontractor employees who need to see USCCR materials to perform the requirements of the contract, to do so. This agreement also applies to any other USCCR systems or data to which the contractor may have access to or be disclosed to the contractor. 5. The contractor will not authorize anyone other than those individuals who require information to perform under the contract to access, disclose, modify, or destroy the information, software or applications on USCCR systems provided or accessed under this contract without prior written authorization by USCCR. The contractor will refer all requests or demands for production of or access to USCCR data and systems, including court orders, to the COTR for response. 6. Upon completion or termination of the contract for any reason, the contractor will immediately deliver all non-public USCCR records, data, copies of USCCR records and data, software and equipment, and information about USCCR data and systems recorded or documented by the contractor, in its possession or the possession of any subcontractors to the COTR. The contractor may retain non-public copies of any of these document or data necessary to support audit report conclusions, peer review requirements, and GAO oversight. XI. SECURITY REQUIREMENTS A. Contractor Personnel A Non-disclosure Agreement will be signed by all contractor employees that will have access to any of the Commission?s information. B. Contractor System Security The contractor shall ensure all Contractor IT equipment utilized under this contract is configured for the data, information, and system security requirements in accordance with USCCR standard operating procedures, Federal laws, regulations, and standards. Additionally, all IT equipment utilized shall meet or exceed the Government minimum requirements for security. All USCCR data shall be considered sensitive information, and thus must be protected by appropriate and prudent security measures, such as approved firewalls, Government-approved encryption, etc. Any security violations or attempted violations shall be reported to the COTR immediately upon detection. The Contractor shall adhere to applicable Commission policies and procedures governing information security. Contractor questions on information security policies, procedures, or standards should be referred to the COTR. XII SUBCONTRACTING RESTRICTION Except as specifically approved in writing, in advance by the Contracting Officer, the Contractor shall not subcontract any work to be provided under this contract. It is contemplated that approval will be given for subcontracting certain phases of the work when, in the opinion of the COTR and the CO, such subcontracting will not adversely affect delivery of the final product. Requests for approval to subcontract shall be submitted, in writing, to the Contracting Officer. XIII. Conflict of Interest FOR PURPOSES OF THIS CONTRACT, ORGANIZATIONAL CONFLICT OF INTEREST MEANS THAT BECAUSE OF OTHER ACTIVITIES OR RELATIONSHIPS WITH PERSONS OR AGENCIES, YOUR ORGANIZATION MIGHT BE UNABLE OR POTENTIALLY UNABLE TO RENDER IMPARTIAL ASSISTANCE OR ADVICE TO THE COMMISSION, OR YOUR ORGANIZATION?S OBJECTIVITY IN PERFORMING THE NEEDED WORK IS OR MIGHT BE OTHERWISE IMPAIRED, OR YOUR FIRM HAS AN UNFAIR COMPETITIVE ADVANTAGE. AS A CONDITION OF THE CONTRACT, THE CONTRACTOR MUST PROVIDE A LETTER CERTIFYING TO THE CONTRACTING OFFICER?S TECHNICAL REPRESENTATIVE (COTR) THAT NO SERVICES WERE RENDERED TO THE GOVERNMENT OR ANY OTHER CLIENT, INCLUDING FOREIGN GOVERNMENTS, RESPECTING THE SAME COMMISSION SUBJECT MATTER DESCRIBED IN THE STATEMENT OF WORK DURING THE 12-MONTH PERIOD PRECEDING THE DATE OF CERTIFICATION. The certification must also state that the person who signs the certification has made the necessary inquiries and that no unfair competitive advantage exists with respect to this contract. The contractor?s certification letter must be provided to the COTR within 10 calendar days of receipt of the contract. Failure to provide the required certification may result in cancellation of the contract. The government, through the contractor?s acceptance of this contract, will not assume the absence of a conflict of interest. XIV. MODIFICATIONS No modification of this contract, or of any of its terms, shall be effective unless said change or modification is memorialized in writing executed by all properly authorized parties. XV. ADDITIONAL CLAUSES This contract is subject to all applicable federal laws and regulations as if same were set forth herein in full. This includes but is not limited to the clauses listed on the attached Purchase Order Terms and Conditions heet. See full statement of work for listing. Offers will be evaluated in accordance with FAR 52-212.2 ?Evaluation ? Commercial Items, which is incorporated into this solicitation with addendum to paragraph (a) as follows: the following factors shall be used to evaluate offers: (1) contractor qualifications, (2) past performance, and (3) price. The Government will make award to the responsible offeror whose offer conforms to the requirements herein and represents the greatest value to the Government. Contractor qualifications: The quote shall include (1) resumes for all proposed personnel (2) a detailed description of qualifications, including but not limited to, number of years in business, etc. Past performance: The quote shall include a minimum of three (3) references with a brief description of previous projects of similar size and complexity. Each example of past performance shall include: contract number; contract description; contract amount and type of contract; period of performance; name, address, Email address, telephone number, fax number (if Govt contract, provide the name, telephone number of contracting officer and the COR or if commercial, provide the technical and contracting equivalent); size and complexity of the project; and whether all options were exercised. Pricing: The quote shall include the following information: (1) a breakdown of labor categories, fully burdened hourly rates for all proposed personnel under each effort as outlined in the Statement of Work, (2) a breakdown of the number of proposed hours in sufficient detail to allow the Government a good understanding of your planned technical approach and the ability to review the consistency between the planned technical approach and the proposed pricing. The proposal shall not exceed 25 pages ? resumes excluded. The following Federal Acquisition Regulation (FAR) provisions and clauses in effect through FAC 2005-03, dated April 2005 are applicable to this procurement: 52.212-1, Instructions To Offerors-Commercial Items; 52-212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items including subparagraphs (b) (1), (17), (18), and (19), which are applicable to commercial services. 52.227-17 Rights in Data-Special Works and the Key Personnel Clause is applicable as well. The offeror shall submit with their quote a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The award will be based on the best value to the Government, price and other factors included. Submit three (3) copies of your quotes to Pamela Dunston, U.S. Commission on Civil Rights, Acquisition Office, Room 550, 624 Ninth Street, NW, Washington, DC 20425. Quotes will be accepted by Email, or hand-delivered. Proposals are due by August 13, 2007 at 12:00 Noon. The Government shall not pay for any costs associated with the preparation of the proposal. All RFQs received in aquistions@usccr.gov must be received by the deadline specified on http://www.usccr.gov. USCCR accepts no liability for the problems that are encountered by your email system. Please check for any viruses or security problems with your system before sending an email to this account. We will not accept any RFQs after the posted deadline. Point of Contact: Pamela Dunston Place of Performance: Washington, DC ATTACHMENT A POSITION REPONSIBILITIES, KNOWLEDGE, SKILLS AND ABILITIES FOR CONTRACTING & PROCURMENT ANALYST STATEMENT OF WORK General Statement of Duties Under the direction of the Director of Management and Chief, Administrative Support Clearing Division, performs a variety of technical and purchasing functions related to the preparation and processing of contracts, legal agreements, specifications, bids, and advertising in conformance with Federal Acquisition Regulations (FAR) and agency policies. Also responsible for duties relative to all phases of the acquisition process for the procurement of supplies, equipment, and services to include IT related acquisitions. Job Responsibilities and Knowledge, Skill, and Ability Pleasse see the full statement of work to see this section in its entirety. Oral Communication Planning and Evaluating Decision-Making Flexibility Interpersonal Skills Self-Management/Initiative Problem Solving Stress Tolerance Teamwork Writing Reasoning (analysis) Creative Thinking Customer Service Learning Reading Self-Esteem Attention to Detail Information Management Contracting/Procurement Memory Influencing/Negotiating Arithmetic Integrity/Honesty Math Reasoning Technical Competencies (by acquisition phase) Acquisition Planning Contract Formation Contract Administration ? Strategic Planning ? Understanding the Marketplace ? Understanding Sourcing ? Defining Government Requirements in Commercial and Non-commercial terms ? Effective communication ? Defining business relationships ? Detailed evaluation skills ? Effective negotiation and analytical skills ? Effective award resolution ? Effective communication of contract requirements ? Effective performance management Payment & Accounting Contract Closeout & Termination ? Financial management ? Allowability of contract costs ? Effectively resolving contract termination or closeout Physical Demands Work is sedentary. May require lifting up to 20 pounds. Working conditions subject to many interruptions due to multiple calls and inquiries Minimum Education Any combination equivalent to an of Baccalaureate degree or the equivalent with specific college course work or training in business/contract law and three - five years experience working with federal government contracts, and acquisition of a variety of supplies, equipment materials and/or other activities. Licenses/Certifications Level II or Level III Contract Specialist Certification in the federal government. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-AUG-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/USCCR/USCCR/USCCR1/CCR-07-0003/listing.html)
 
Place of Performance
Address: 624 9TH STREET, NW WASHINGTON, DC 20425
Zip Code: 20425
Country: UNITED STATES
 
Record
SN01363979-F 20070808/070806223113 (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.