Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2007 FBO #2187
SOLICITATION NOTICE

R -- Editorial Support Services

Notice Date
11/20/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-FA NATIONAL INTERAGENCY FIRE CENTER* 3833 S DEVELOPMENT AVE BOISE ID 83705
 
ZIP Code
83705
 
Solicitation Number
RAQ084001
 
Response Due
11/30/2007
 
Archive Date
11/19/2008
 
Point of Contact
Kathleen M. Colson Contract Specialist 2083875545 kathy_colson@nifc.blm.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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 RAQ084001. This document incorporated provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-20. The NAICS code is 561320. The business size standard is $12.5 million. The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) has a requirement to obtain Editorial Support Services for the National Wildfire Coordinating Group (NWCG) Training Group on an on-call basis for a one year base period, December 10, 2007 through December 9, 2008, with option to extend services for two additional one year periods. It is anticipated that services are that of a Word Processor III - 01613, and that services will be required for one individual with an estimated 40 hrs per week November through May based upon workload, this is only an estimate and does not constitute a guarantee. The NWCG Training Group is an interagency group responsible for the production and publication of Wildland Fire Management course materials for nationwide distribution and use. The contractor personnel shall provide Document Production and Editorial Support to the NWCG Training Group. Work included within the scope of Editorial Support Services may include, but are not limited to, the following: 1. Coordination/Document Production: Skill in oral and written communication to prepare, edit, proofread, and publish training materials. Effectively communicate with others within the work unit. Provide word processing and desktop publishing to prepare written materials for publication. Desktop publishing procedures include document design layout and text and graphic production. Coordinate with training development Project Leaders and the Supervisory Technical Editor in editing projects. Verifies information within the course materials to ensure all related documents, handouts, and materials are referenced. Proofs course materials to detect errors and indicates corrections. Meets timeframes and format requirements as agreed upon with the Supervisory Technical Editor. All document production and editing tasks will be completed with a 98% accuracy rate; 2. Training Editorial Support: Assists the Project Leader with on-going training development workshops. Duties include electronically capturing notes and modifying in an outline format for a group of Subject Matter Experts (SMEs). Format shall be at least 95% accurate. Performance will be measured through effectively communicating information, actively contributing to group projects, and through meetings and feedback. Shall perform general clerical duties such as copying, faxing and filing, provides administrative support as needed and be required to support various projects simultaneously. The position will be required to use and have a working knowledge of Microsoft Word, Adobe Acrobat, Pagemaker and/or InDesign used in editing documents, document production, and conversion process. Individual must be a qualified typist (minimum 35 wpm). Individual must be familiar and have a working knowledge of Windows 95/2000 and/or XP. Specialized training will be scheduled and provided for by NWCG Fire Training for any additional skills required for this position; 3. Procedures/Instructions to be followed in completing the Tasks: The contractor personnel shall receive direction from the Supervisory Technical Editor, shall have the ability to prioritize, organize and coordinate work assignments as assigned. Shall follow established NWCG Course Development and Format Standards and other specific NWCG guidelines for producing training materials. QUALIFICATIONS OF PERSONNEL: 1. Contractor personnel shall meet the qualifications of the specified above; 2. Contractor personnel shall be clean and neat in appearance; 3. Contractor personnel shall be able to read, write, and speak English; 4. Contractor personnel shall be able to work independently and complete assignments. The Government reserves the right to reject contractor personnel 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 shall be provided the following work day or as soon as practicable. All potential contractor personnel will be subject to the Homeland Security Presidential Directive-12 (HSPD-12), "Policy for a Common Identification Standard for Federal Employees and Contractors". This includes minimum requirements for Federal personal identification verification (PIV) system. Everyone issued an ID badge must have a favorable background investigation, including a FBI fingerprint check; for most people, this will mean a National Agency Check with Inquiries (NACI) and must present two forms of identification. DAYS AND HOURS OF OPERATION - The office operates under a flexible work schedule. When the contractor is assigned to work it shall be based on 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 Supervisory Technical Editor. Work shall not be required on Federal holidays, NIFC closures due to weather, or Executive Order. OVERTIME - Overtime is not anticipated however, during periods that overtime maybe required at the discretion of the Supervisory Technical Editor, the Contractor shall be paid overtime in accordance with Service Contract Act. LOCATION - Work will be done on-site at the National Interagency Fire Center at 3833 South Development Avenue, Boise, Idaho 83705. TRAVEL - Occasional travel may be required to provide editorial support at test courses, the contractor shall be reimbursed in accordance Federal Travel Regulations (41 CFR 301-304). SUPPLIES, MATERIALS, EQUIPMENT AND UTILITIES - The Government shall provide all normal office equipment and supplies necessary to do the work assigned. Wage Determination Number 2005-2159, Revision Number 4, Dated 08/17/2007 shall apply. The following provisions and clauses apply to this procurement: FAR 52.204-07 CENTRAL CONTRACTOR REGISTRATION; FAR 52.204-09 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL; FAR 52.212-04 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS - COMMERCIAL ITEMS (para (b) following clauses apply; FAR 52.219-06; FAR 52.219-27; FAR 52.219-28; FAR 52.222-03; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-50; FAR 52.232-33 para (c) following clauses apply FAR 52.222-41; FAR 52.222-42 [Editorial Assistant: Monetary Wage: $17.13; Fringe Benefits: Life and Health Insurance Partially Paid by the Government, Annual and Sick Leave, Paid Holidays]; FAR 52.222-43); FAR 52.212-01 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATION; FAR 52.212-02 EVALUATION-COMMERCIAL ITEMS (Past Performance shall equal Price. 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, contractor provided references, and other reasonable sources. PRICE: Please provide pricing for the base year and each option year as an hourly rate at an estimated 1000 hours per year); 52.217-9 OPTION TO EXTEND TERM OF THE CONTRACT [(a) insert 30 days blank #1, 30 days blank #2, (c) insert 3 years]; 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (insert 12 months blank #1, 12 months blank #2). 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. 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 or a completed copy of the FAR 52.212-03 clause must be submitted with the quote. Quotes shall be submitted in writing on a SF 1449 or on company letterhead and must include the RFQ number, the company name, point of contact, address, phone number, fax number, DUNS number, any prompt payment discount terms, and all information required under the evaluation criteria. Quotes shall be received by November 30, 2007, 4:30pm MDT at the Bureau of Land Management, National Interagency Fire Center, 3833 South Development Avenue, Boise, ID 83705-5354 or by FAX at 208-387-5574. 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=1382330)
 
Place of Performance
Address: Boise, Idaho
Zip Code: 83705
Country: USA
 
Record
SN01456002-W 20071122/071120224146 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.