Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2007 FBO #2118
SOLICITATION NOTICE

T -- TEMPORARY GENERAL LABORERS AND MACHINE OPERATORS SERVICES

Notice Date
9/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Northeast (OS:A:P:B:N), 290 Broadway, 3rd Floor, New York, NY, 10007-1867, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
TIRNE-08-Q-00007
 
Response Due
9/21/2007
 
Archive Date
10/6/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Under this quotes are being requested and a written solicitation will not be issued. The solicitation number is TIRNE-08-Q-00007, which is being issued as a Request for Quotation. The Internal Revenue Service, Procurement, Office of Business Operations, Field Operations Branch ? Northeast will be entering into an unrestricted Commercial Item Procurement using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 05-19. This requirement is unrestricted for which the North American Industry Classification System Code is 561320, and The Small Business Size Standard is $12.5 Million.. Award for all items under this solicitation will be made to one responsive /responsible vendor only, based upon price and ability to demonstrate in writing with its offer that it is stationed and licensed to do business as a temporary service firm in Detroit, Michigan as of the date and time set for receipt of offers. The successful offeror shall keep its license current and in good standing throughout the life of the order. Contractor must be registered in the Central Contractor Registration (CCR) at www.ccr.gov in order to be awarded this contract. Refer to Item Number II (1 - 4 under it) for information to be returned to Contracting Officer. I. STATEMENT OF WORK/ REQUIREMENTS Scope of Work The contractor shall furnish personnel to provide general laborers and machine operators to assist the IRS Correspondence Production Service Division (East), Detroit, MI with the weekly printing, inserting, sorting, and mailing of taxpayer notices. A. Work Requirements General Laborers The laborers will assist CPS employees in the following ways: 1. Move pallets of envelopes; roll paper and other supplies from the dock and warehouse to the 8th floor. 2. Move pallets of mail from the 8th floor, stretch-wrap the mail after it has been verified and move pallets to the postal truck at the dock. 3. Move and empty cardboard and waste paper to the trash compactors on the dock. 4. Sweep the floors and operate a floor-cleaning machine. Machine Operators The machine operators will operate or assist on the IBM Infoprint 4000 printers, Bell and Howell Inserters and Sorters. 1. Assist on the Infoprint 4000 printers will consist of moving rolls of paper to the machine for printing, unloading printed roll paper onto carts for inserting. 2. Operate the inserters will consist of loading the printed paper onto the unwinder, loading inserts and envelopes into the pockets and placing the finished envelopes into trays on wire carts for sorting. 3. Assist on the sorting machine by placing envelopes on conveyor belt for piece level sorting and removing sorted mail from the bins on the sorter and placing this mail into postal trays. These trays will then be tagged (pre-printed), sleeved, strapped and placed on postal pallets. 4. Start, stop and monitor machine performance. Perform simple cleaning and clearance of jams. Assist in reconciliation activities and correction of errors. Review finished work for conformance to basic mailing standards. Identify machine fault conditions and timely request assistance to resolve those outside scope of training and responsibility. B. Skills/Abilities Required General Laborers 1. Must be able to lift cartons weighing up to 50lbs. 2. Must be able to lift empty cardboard containers and paper waste into compacting machines. 3. Must be able to work in a temperature controlled area (ADP space) and non-temperature controlled areas (dock, warehouse). 4. Must be able to operate an electric pallet jack. 5. Must have a willingness and ability to learn how to independently operate various pieces of machinery (strapping machines, pallet wrapper and floor cleaning machine). 6. Must be able to be on their feet for an entire 8-hour shift. 7. Must exhibit courtesy, politeness, and concern in discussions with other personnel. 8. Must safeguard taxpayer and employee information to prevent unauthorized disclosure or unauthorized access. 9. Must be willing to work overtime if requested. Machine Operators 1. Must be able to be on their feet for an entire 8-hour shift. 2. Must be able to lift cartons weighing up to 50lbs. 3. Must be able to work in a temperature controlled area (ADP space). 4. Must exhibit courtesy, politeness, and concern in discussions with other personnel. 5. Must have a willingness and ability to learn how to independently operate various pieces of machinery (inserter, sorter, strapping machine, etc). 6. Must be able to prepare and maintain accurate reports related to system error conditions according to established guidelines. 7. Must safeguard taxpayer and employee information to prevent unauthorized disclosure or unauthorized access. 8. Must be willing to work overtime if requested. C. Supervisory Control The contractor will have full supervisory control of the private sector temporaries. IRS supervisors may not perform supervisory activities such as writing performance appraisals, hiring, rewarding, promoting, disciplining, or firing. However, IRS supervisors may give orientation and provide technical instruction. The contractor will provide Government's Point of Contact, within 5 calendar days after award, the name and phone number of the designated point of contact. D. Number of Temporaries The Government will require a fluctuating number of private sector temporaries to work three shifts. The number of temporaries working at the Detroit site shall be a minimum of six (6) combined and a maximum of twenty-seven (27) combined. Workload and spikes in production will determine the number of temporaries required at any time during the year. The shifts are as follows: Day Shift (8am to 4pm) Evening Shift (4pm to 12am) Night Shift (12am to 8am) E. Place of Performance All work shall be performed at the following IRS office: IRS/Detroit Computing Center 985 Michigan Ave Detroit, MI 48226 F. Period of Performance Propose to add laborers and machine operators to support the IRS Correspondence Production Service Division (East) October 1, 2007 through September 30, 2008, period of performance . G. Training The Government will provide training to the Contractor's employees for both laborers and machine operators. IRS supervisors may give orientation to provide technical instruction. H. Invoicing All Contractor invoice instructions, procedures, documentation, and routing shall be executed in accordance with all Government, Treasury, and IRS regulations. Contractor invoices shall be in hard copy (to be mailed) to the IRS primary point of contact. The contractor shall also provide invoices in accordance with IRS guidelines to the IRS payment office in Beckley, West Virginia. The Contractor shall invoice the Government for products provided and services performed. The Contractor will bill on a monthly basis. I. Point of Contact The Contractor Primary Point of Contact is: Name: Brian Wischmeyer Telephone Number: 313-234-1377 E-mail Address: brian.e.wischmeyer@irs.gov Address: IRS Detroit Computing Center 985 Michigan Avenue City, State, Zip Code: Detroit, MI 48226 J. Security Contractors performing work within the IRS facility shall be required to comply with all IRS Security regulations. Contractors will have to be cleared for access with a visitor pass each day of contract performance and be escorted by IRS Personnel around the building. During the period of this contract, the rights of ingress and egress to and from any office for Contractor representatives shall be made available as deemed necessary by the Government. All Contractor employees whose duties under this contract require their presence at any Treasury, or Treasury bureau facility shall be clearly identifiable by a distinctive badge furnished by the Government. All prescribed information shall immediately be delivered to the IRS Security Office for cancellation or disposition upon the termination of the employment of any Contractor personnel. All on-site Contractor personnel shall abide by security regulations, applicable to that site. Should any effort required by this acquisition vehicle be performed at specified Government facilities, the Contractor shall abide by Department of Treasury Directive 85 02 regarding provisions for authorized entrance and exit at these facilities. The Contractor personnel shall work in a professional manner and comply with all security and confidentiality rules, regulations, policies and procedures required by the Government, necessary to complete this task. If due to the fault or neglect of the Contractor, his agents, or employees, damage occurs to any Government property, equipment, stock or supplies, during the performance of this contract, the Contractor shall be responsible for such loss or damage and the Government, at its option, may either require the Contractor to replace all property or to reimburse the Government for the full value of the lost or damaged property. All Contractor personnel requiring access to the Government's site will be subject to the security clearance procedures set forth in this Section, for Minimum Background Investigation (MBI). The applicable Contractor employees are subject to investigation by the Government. Applicable Contractor employees who undergo Minimum Background Investigation checks which reveal, but are not limited to, the following, may be unacceptable under this contract: conviction of a felony, a crime of violence or a serious misdemeanor, or a record of arrests for continuing offenses. The Contractor shall be liable for any security violations committed by their personnel. K. Insurance Requirement. (1) Within fifteen (15) days after the award of this contract, the Contractor shall furnish the Contracting Officer a CERTIFICATE OF INSURANCE as evidence of the existence of the following insurance coverage in amounts not less than the amounts specified below in accordance with the "INSURANCE - WORK ON A GOVERNMENT INSTALLATION" clause, Letter V. (2) The Contractor shall procure and maintain, during the entire period of performance under this contract, the following minimum insurance coverage. (a) Comprehensive General Liability $500,000 per occurrence (b) Workmen's Compensation: As required by Federal and State worker's compensation and occupational disease statutes. (c) Employer's Liability coverage: $100,000, except in states where worker's compensation may not be written by private carriers. (d) Other as required by State Law (3) The Certificate of Insurance shall provide for at least 30 days written notice to the Contracting Officer by the insurance company prior insurance company prior to cancellation or material change in policy coverage. Other requirements and information are contained in the aforementioned INSURANCE clause. This additional information will be incorporated as addendum in award. L. Disclosure of Information Incumbents will be dealing with documents, which contain substantial taxpayer information, and matters subject to work product privilege. Should a person (Contractor's employees) make any unauthorized inspection(s) of confidential tax information, the terms of the Terminations (FAR 52.249-6) may be invoked, and the person (Contractor's employees) will be considered to be in breach of this contract. The contract contains the following disclosure clauses (IRM 1(14)20-1). 1052.224-9000 - Disclosure of Information - Safeguards (a)-in its entirety [(1), (2), and (3)} (b)-in its entirety 1052.224-9001 -Disclosure of Information - Criminal/Civil Sanctions (a)-in its entirety [(1), (2), and (3)] (b)-in its entirety Privacy Act Notification (April 1984) in its entirety Privacy Act (April 1984) (a)-in its entirety [(1), (2), and (3)] II. INFORMATION TO BE RETURNED TO CONTRACTING OFFICER In order to be considered for award of this order, please submit the following completed information no later than close of business Monday, September 21, 2007. Only emailed responses will be accepted at cheryl.richardson@irs.gov. 1. Supplies or Services and Prices/Cost (Item II. A)Note: Bidders shall quote a fixed-price hourly rate per employee for regular and overtime hours. Contractor's employees will be paid only for hours actually worked (i.e. no holiday pay). 2. Additional Information (Item II. B) 3. Representations and Certifications. Vendor must either complete The Representation and Certification electronically via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. or submit a completed copy of the Representations and Certifications under FAR provision 52.212-3, Offeror Representations and Certifications ? Commercial Items. Full text of the provision may be accessed at http://www.arnet.gov. 4. Provide in writing with its offer that it is licensed to do business as a temporary service firm in Detroit, Michigan. Information Concerning RFQ: All questions concerning this request for quotation should be directed to Cheryl Richardson,Contracting Officer, in writing only via email at cheryl.richardson@irs.gov. Deadline for submission of questions is September 17, 2007 at 12:00 noon (Eastern Standard Time). Wage Determination No. 2005-2273, Revision No. 4, dated 08/10/2007 applies here. A copy can be obtained at www.wdol.gov. Anticipated Award Date: On or before September 26, 2007. A. SUPPLIES OR SERVICES AND PRICE/COSTS Line 0001: Machine Operators for Day Shift (8am to 4pm) at CPS East in accordance to Performance Work Statement above. 5 Operators Qty 1,560 Unit Price: ___________ Total Amount: ___________ Line 0002: Machine Operators for Day Shift (4pm to 12am) at CPS East in accordance to Performance Work Statement above. 5 Operators Qty 1,560 Unit Price: ___________ Total Amount: ___________ Line 0003: Machine Operators for Day Shift (12am to 8am) at CPS East in accordance to Performance Work Statement above. 5 Operators Qty 1,560 Unit Price: ___________ Total Amount: ___________ Line 0004: Operator Overtime Hours at the CPS East site, after 40 hours of work per week in accordance with the Performance Work Statement above. Qty 100 Unit Price: ___________ Total Amount: ___________ Line 0005: Laborers for Day Shift (8am to 4pm) at CPS East in accordance to Performance Work Statement above. 3 Laborers Qty 1,040 Unit Price: ___________ Total Amount: ___________ Line 0006: Laborers for Day Shift (4pm to 12am) at CPS East in accordance to Performance Work Statement above. 3 Laborers Qty 1,040 Unit Price: ___________ Total Amount: ___________ Line 0007: Laborers for Day Shift (12am to 8am) at CPS East in accordance to Performance Work Statement above. 3 Laborers Qty 1,040 Unit Price: ___________ Total Amount: ___________ Line 0008: Laborer Overtime Hours at the CPS East site, after 40 hours of work per week in accordance with the Performance Work Statement above. Qty 104 Unit Price: ___________ Total Amount: ___________ B. Additional Information Company Name: _________________ Mailing Address: ____________________________________________ Remit to Address:____________________________________________ Telephone Number: _________________ Fax Number:______________ Representative?s Email Address: __________________________________ Open Market: YES ______ NO ________ GSA Contract Number/Other Contract (if different below):_____________________ Expiration Date:_______________ Business size as listed on GSA Schedule (if different from below):________________ Payment Terms: Net/10_____ Net/20______ Net/30 ______ Shipping Charges if applicable: ______________________Number of delivery days:_______________ * Is your company a corporation? YES_____ NO ______ * Is your company a partnership, sole proprietorship, individual estate, trust, or joint? venture? YES ____ NO _____ If yes, which of the above?_____________________ Size of Business: Large ______ Small ______ Please check all that applies: ____ Small Disadvantaged ____ Small Women-Owned ____ HubZone Small ____ Service Disabled Veteran-Owned Small ____ Small Veteran-Owned ____ 8(a) *Is your company registered in CCR? YES NO _____ If no, you must register at http://www.ccr.gov. The Government can only do business with a company who is registered. Federal Tax ID Number:______________ DUNS Number: ____________ Name & Title of Quoter: ____________________, ____________________Signature of Quoter: _______________________ Date:__________________ C. Provision/Clauses The provision at FAR 52.212-1 - Instructions to Offerors-Commercial Items, and FAR 51.212-3, Offeror Representations and Certifications - Commercial Items, apply to this acquisition. Quoters are advised to include, as specified in item II. 3 above, a complete copy of the provisions at 52.212-3 with this offer. The clauses at 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this acquisition. The following are addenda to FAR 52.212-4, and are applicable to this acquisition: 52.204-7, Central Contractor Registration; IR1052-01-001, Electronic Funds Transfer(EFT) Payments; IR1052-01-002, PAID SYSTEMS; 52.216-18, Ordering; 52.216-19,-Order Limitations; 52.216-21, Requirements and 52.228-5, Insurance- Work on a Government Installation The following FAR Clauses cited under 52.212-5 are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 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, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.225-16, Sanctioned European Union Country Services; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.).
 
Place of Performance
Address: Internal Revenue Service, Detroit Computing Center, 985 Michigan Avenue, Detroit, MI
Zip Code: 48226
Country: UNITED STATES
 
Record
SN01404639-W 20070914/070913075010 (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.