Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
SOLICITATION NOTICE

R -- Classification and Position Management Support

Notice Date
8/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
541612 — Human Resources and Executive Search Consulting Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2 CAMP PENDLETON, VIRGINIA BEACH, VA, 23451, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40442-07-T-7016
 
Response Due
9/18/2007
 
Archive Date
10/3/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, and 13.105 of the Federal Acquisition Regulation (FAR), 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. The solicitation number is N40442-07-T-7016, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. This is a small business set-aside. NAICS 541612 applies. The small business size standard is 100 employees. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for a base period of 1-year firm with three 1-year options for the following: To provide all material, equipment, and labor to perform on-site audits of positions to gather more information or clarify aspects of submitted or existing position descriptions. Applies position classification principles and concepts to perform General Schedule (GS) and National Security Personnel System and Classifications Standards (NSPS) classification services and prepare written evaluations as required. Writes or edits and revises draft position descriptions from supervisors. Ensures all draft evaluations are in appropriate N1 approved format. All formats must be approved by the N1 POC to include, but not limited to factor evaluation system (FES), Position Descriptions (PD), narrative systems, supervisory guide (GSSG), and NSPS requirement standards. Receives and reviews position classification requests for PD adequacy and adherence to local position management guidance, ensuring that requests have sufficient justification and documentation to warrant the proposed action. Drafts and assembles classification packages requiring higher authority approval. SP may provide recommendations and suggestions for MSFSC organizational restructuring, position descriptions, lines of authority, applicability of classification standards on position grading, and other issues relating to MSFSC's position management functions. CLIN 0001: Classification and Position management support CLIN 0002: Travel. Performance shall take place at Camp Pendleton Virginia Beach, VA. 23458, will be moving to Norfolk Operating Base Norfolk, VA in summer of 2008. The RFQ will be posted to the MSC contracts webpage (http://procurement.msc.navy.mil/procurement/contract/Welcome.jsp) The Government estimates performance under the contract commencing on or about 1 October 2007. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in 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); 52.212-4 Contract Terms and Conditions-Commercial Items; 52.217-5 Evaluation of Options 52.219-14 Limitations on Sub-contracting 52.219-28 Post-Award Small Business Program Re-representation 52.249-2 Termination for Convenience of the Government 52.249-8 Default The following FAR provisions and clauses apply to this solicitation and are incorporated by full text: Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.217-9 Option to Extend the Term of the Contract The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7000 Offeror Representations and Certifications ? Commercial Items Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. At a minimum, responsible sources shall provide the following: a price qoute which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 18 Sept. 07, 4:00 P. M. (EST). Quotes can be emailed to patrick.d.brown@navy.mil or faxed to 757-417-4606 Attn: Patrick Brown; Reference RFQ N40442-07-T-7016 on your quote.
 
Place of Performance
Address: Camp Pendleton, Virginia Beach, VA
Zip Code: 23458
Country: UNITED STATES
 
Record
SN01387991-W 20070830/070828222454 (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.