Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
SOLICITATION NOTICE

R -- Front Desk Contract - Salmon

Notice Date
2/13/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-ID IDAHO STATE OFFICE* Admin Svcs Branch 1387 S. VINNELL WAY BOISE ID 83709
 
ZIP Code
83709
 
Solicitation Number
DLQ080015
 
Response Due
2/26/2008
 
Archive Date
2/12/2009
 
Point of Contact
Patrica A. Fort Contract Specialist 2083733910 Pat_Fort@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
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ), number DLQ080015. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. This solicitation is set-aside for small business under North American Industry Classification System (NAICS) code 541214. The Small Business Annual Receipts for the firm and its Affiliates, for the preceding three (3) fiscal years does not exceed $7.5 million. Line Item 0001 - Payrolling services for Front Desk duties (3 Each). Services will be performed for no more than 20 hours per week, per each receptionist, during normal business hours, Monday - Friday, excluding all Federal holidays. This is a job-share position, and occasionally one position will cover the other. The total weekly hours will not exceed 60 work hours per week. STATEMENT OF WORK Service Contract Act Wage Determination No. 2005-2159 Revision No.: 4 Date of Revision 08/17/2007 Located at the: Bureau of Land Management Salmon Field Office 1206 S. Challis St. Salmon, ID 38467 Description of tasks to be performed and the products to be completed. Contract employee will perform the following services: *Receive incoming calls; screen and transfer all calls to the appropriate persons or departments. *Transfer any email messages to the appropriate parties via the computer and intranet email system. *Greet visitors and grant access to the building according to established Security Policy. *Furnish BLM and FS information, pamphlets, and brochures to the general public upon request. *Operate as a collections officer for both BLM and FS. Complete sales of maps and books, collect fees brought in by walk in customers, including entry of data into the Collections and Billings system. *Perform back-up word processing for projects that are submitted via the computer or hand written. *Perform as back-up mail clerk. *Enter financial data into BLM and FS electronic systems. *Perform as unit timekeeper as assigned. *Keep a current accounting of all BLM and FS accountable maps and brochures. *Prepare travel authorizations and review completed vouchers for accuracy as assigned. *Follow collections and auditing procedures according to BLM, FS and Treasury regulations *Follow guidelines outlined in the operating plan *Safeguard and keep secure any/all funds, including Treasury change making fund, at all times *Perform user reconcile for cash and checks daily and turn funds over to accounts daily DELIVERABLES *Following set procedures/instructions in completing the tasks requested. *Finalize word processing documents in accordance with BLM Manual Correspondence Preparation Handbook as identified under the Government furnished property and in conformance with standard industry word processing. *Performance will be inspected/monitored by the Project Officer for compliance with specifications. Rework will be required for any tasks that are below acceptable standards. *Complete projects within the given time frame. The project officer will provide general instructions on limitations and deadlines, and is responsible for administrative duties of the contract employee, to include: signing and approving time sheets, and verifying appropriate duty hours are maintained, as well as maintaining funding documents for contract position. The Government will provide all necessary supplies and standard office equipment, such as a telephone, computer, printer and facsimile machine, in order to perform the above duties. The Contractor will ensure that each employee in the above position is properly bonded to collect monies. OTHER REQUIREMENTS *The vendor is required to provide proof of bonding for employees' handling of monies (collection duties). *Travel is NOT required. *Overtime is NOT authorized. GOVERNMENT VEHICLE OPERATION If government vehicle is authorized for the occasional travel the following conditions will apply to the contract employee: Government Property Management and Use: The BLM assumes no liability for any actions or activities conducted under this contract except to the extent that recourse or remedies are provided by Congress under the Federal Tort Claims Act (28 USC 1346(b), 2401(b), 2671-2680, as amended by PL 89-506, Stat.306). Use of Government Vehicle: The required use of a government vehicle will require the BLM to provide Defensive Driving Training for any contract employee not yet certified with the BLM Defensive Driving Certificate. Either a current defensive driving certificate will be presented or the defensive driving training will be conducted and certified before the operation of any government vehicle. Required Insurance: The Contractor or contract employee shall, at its own expense, procure and thereafter maintain Automobile Insurance. This insurance shall be required on the comprehensive form of policy and will provide bodily injury liability and property damage liability covering the operation of all vehicles, including government owned, used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. SECURITY Homeland Security Presidential Directive-12 - Clause mandated by the Department of the Treasury Acquisition Bulletin (AB) No. 05-12 - October 26, 2005. (a) The Contractor shall comply with agency Treasury and Bureau Personal Identity Verification Processes (PIV), which implements Homeland Security presidential Directive 12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standard (FIPS) 201. (b) The Contractor shall insert this provision in all subcontracts when the subcontractor is required to have physical access to a federally-controlled facility or access to a Federal information system. The Bureau of Public Dept Addendum to AB No. 05-12 Additional information regarding HSPD-12 can be located by clicking on the following link http://arc/publicdept.treas.gov/files/pdf/fsbpdapplicantrrainmodfinal.pdf In summary, this directive applies to: Physical Access is the ability to enter a federally owned facility or federally leased space: * If federal space is limited to a portion of a building then HSPD-12 applies only to that portion owned or leased by the federal government * Physical access requirements do not apply to: * Contractors needing supervised access for less than six (6) months * Guest researchers * Volunteers * Intermittent, temporary or seasonal contractors * Contractors, as of October 27, 2005, will be subject to HSPD-12 requirements. Logical Access is the ability to access federal IT systems or databases - applies to everyone regardless of how long access is required and whether within a federal facility or by remote connectivity. SPECIAL CLAUSES 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. 52.222-41 Service Contract Act of 1965, as Amended (July 2005) (41 USC 351, et seq.) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors - Commercial Items; FAR 52,212-02, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Quotes will be evaluated on past performance, and price listed in descending order of importance. Past performance will be based on the Contracting Officer's knowledge, contacting provided references, and other reasonable sources. FAR 52.212-03 Offeror Representations and Certifications - Commercial Items; FAR 52.212-04 Contract Terms and Conditions - Commercial Items; FAR 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) following clauses apply; FAR 52.219-06; FAR 52.222-03; FAR 52.222-21; FAR 52.222-22; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.232-33). FAR 52.204-07 Central Contractor Registration; FAR 52.223-06 Drug-Free Workplace. 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 completed copy of the FAR 52.212-03 clause must be submitted with the quote. Quotes shall be submitted in writing on company letterhead and must include the RFQ number, the company name, point of contract, address, phone number, fax number, DUNS number, the delivery period in terms of the number of weeks or days, the unit price, the extended price, and any prompt payment discount terms. If you need assistance with the IDEASEC website contact the helpdesk at 703-390-6633. Offers are due at the above office by close of business Tuesday, February 26, 2008. Fax quotes will be accepted at (208) 373-3915. For additional information contact Patricia A. Fort, Contracting Officer at (208) 373-3910. 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=1411338)
 
Place of Performance
Address: Salmon, Idaho
Zip Code: 83467
Country: USA
 
Record
SN01508171-W 20080215/080213224845 (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.