Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2008 FBO #2305
MODIFICATION

R -- TEMPORARY HELP SERVICE

Notice Date
3/17/2008
 
Notice Type
Modification
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403, UNITED STATES
 
ZIP Code
55403
 
Solicitation Number
PR153716
 
Response Due
3/26/2008
 
Archive Date
4/10/2008
 
Point of Contact
Charlene Lambert, Purchasing Agent, Phone 612-336-3223, Fax 612-370-2136
 
E-Mail Address
charlene.l.lambert@aphis.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS CHANGING THE FOLLOWING: Tour of Duty:To be determined DUTIES: 1.Will provides labor services in the area of fabricating specialized equipment and will be monitored closely by Supervisory Equipment Specialist (Machinery) or a journeyman machinist. DUTIES:#1B. Will provide labor services to assist in installing machine in aircraft for transporting and dispersing insects. DUTIES:#2. Will provide labor services to read and follow instructions of operating manual to operate and maintain sheet metal cutting and forming machines, lathes, milling machines, drilling and boring machines, punching machines, grinders, metal cutting saws, welding equipment on other general shop equipment. DUTIES:#3. Will provide labor services to assist journeyman machinist to assemble equipment items and to join sheet metal parts. Includes soldering, welding, spot welding, riveting, locking seams. DUTIES:#4: Will provide labor services to assist journeyman machinist to make rough cuts from solid metal, plastic wood materials. DUTIES:#5: Will provide labor services to assist with assembling jigs and templates, for uniform assembly of large number of parts. DUTIES:#6: Will provide labor services to assist in retrieving, cleaning, and replacing precision measuring devices such as micrometers, veneer, calipers, dial indicators, depth gauges, protractors, and thickness gauges. THE PURPOSE OF THIS AMENDMENT IS TO ADD THE FOLLOWING: The provision at 52.212-2, Evaluation Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible firm(s) with a quote that represents the best value using the Tradeoff approach defined at FAR 15.101-1, which permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced quote. The various nonprice evaluation factors (1) technical capability and (2) past performance are significantly more important than price. (1) Technical capability is equally important as compared to (2) past performance. Technical capability will be based on how well the offeror meets or exceeds the requirements stated in the SOW. Offerors must provide names and qualifications of key personnel who will be performing under the requirements of the SOW. Additional guidance on price and past performance is provided under provision 52.212-1. In order for an interested party to have a complete quotation package, as a minimum, the quotation package must contain the following items: Copy of the completed FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS?COMMERCIAL. You may complete the form included in this solicitation or you may complete the on-line version. The Online Reps and Certs Application Representations and Certifications Application (ORCA) is located on the internet and site can be found by going to http://www.bpn.gov. Past performance information: Provide information of current or previous contracts/orders with other federal, state, local or private entities. If an offeror?s quotation package does not contain all of the items listed above, the offeror?s quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offeror?s quote, thereby making an offeror ineligible for award. The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), Edinburg, TX 78539 has a requirement for temporary help service establishments primarily engaged in supplying workers to clients. The private sector firm is the legally responsible employer and supervisor of the temporary worker and maintains that relationship during the time its employees are assigned. Private sector firm is also responsible for drug testing and security screening. Program requirements are: Temporary Services of eight (8) laborers for up to 70 working days as detailed in the statement of work below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This requirement, PR153716 is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The NAICS code for this solicitation is 561310. Statement of Work: Location of Job: USDA APHIS PPQ Aircraft and Equipment Operations 22675 N. Moorefield Rd., Bldg. #6415 *(Moore Air Base) Edinburg, TX 78541-9398 Tour of Duty: Potential start date:April 7, 2008. Monday through Friday (excluding Federal holidays) - - 0700 - 1530 with 30 minutes for lunch. Overtime will not be allowed. Incumbents will report to Raymond A. Penk, Supervisory Equipment Specialist (Machinery). Work Attire:Wear appropriate work clothes.Required safety equipment such as safety glasses, ear protection, work aprons, and work gloves will be provided by Aircraft and Equipment Operations. Steel toe safety shoes are required and employees must provide their own. Note: This agreement may be terminated before the end of 70 working days if it is determined that these services are no longer needed or if funds become unavailable. *PLEASE NOTE THAT THE ENTRY OF PRIVATELY-OWNED VEHICLES INTO MOORE AIR BASE REQUIRES A VALID DRIVERS LICENSE. Duties: 1.Incumbents will provide services in fabricating specialized equipment and will be monitored closely by the Supervisory Equipment Specialist (Machinery) or a journeyman machinist. Some examples are: A.Equipment used for mass-rearing insects B.Machines to be installed in aircraft for transporting and dispersing insects. C.Insect survey traps and machines for applying adhesive coating to same. 2.Incumbent to operate and maintain as instructed as per operating manual, sheet metal cutting and forming machines, lathes, milling machines, drilling and boring machines, punching machines, grinders, metal cutting saws, welding equipment and other general shop equipment. 3.Assist journeyman machinist to assemble equipment items and to join sheet metal parts. Includes soldering, welding, spot welding, riveting, locking seams, etc. 4.Rough cut parts as instructed from solid metal, plastic wood materials. 5.Assists with assembling jigs and templates, for uniform assembly of large numbers of parts. 6.Retrieve, clean, and replace precision measuring devices such as micrometers,vernier, calipers, dial indicators, depth gages, protractors, and thickness gages, to assist journeyman. Skill and Knowledge: 1.Must have the ability to work from written and oral instructions. 2.Incumbents will use basic general shop math, standard tables, reference gages for checking rough dimensions of objects and determining drill bit sizes, etc. 3.Must be able to follow instructions for operating general machine shop equipment such as, lathes, milling machines, drilling and boring machines, after the work has been set up by a journeyman machinist. Responsibility: 1.Assignments will be carried out as stated in this statement of work. Any problems must be brought to the attention of a journeyman machinist or the Supervisory Equipment Specialist. 2.The incumbent will operate general machine shop equipment using standard operating procedures established. Any questions regarding SOP, incumbent will consult a journeyman machinist or supervisor regarding correct procedures. 3.Carry out all assignments in a minimum amount of time with regard to safety for the incumbent as well as others in the surrounding area. 4.Maintain a clean and orderly work area. Physical Conditions: Performance of duties requires standing, stooping, bending and reaching, moderate lifting up to 40 lbs with occasional heavy lifting. Hoists, hand trucks, lifts and other workers are available to assist with heavier items. Working Conditions: Most work is in a shop atmosphere that can be noisy and dirty. Danger to skin and eyes from metal chips, abrasive particles, and hot metals. Possible irritation from oils and solvents may occur. Some work may be conducted outdoors in all types of weather. Offerors shall submit with their offer a completed copy of Federal Acquisition Regulation (FAR) provisions 52.212-3, Offeror Representations and Certifications - Commercial Items with Alternate I. FAR provision 52.212-2 Evaluation - Commercial Items is applicable. FAR provision 52-212-1, Instructions to Offerors-Commercial, applies to this solicitation. The following clauses apply to this solicitation and the resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items; FAR 52.217-8 Option to Extend Services; 52.222-26 Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41, Service Contract Act of 1965, as Amended; FAR 52.204-9, Personal Identity Verfication of Contractor Personnel; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.233-3, Protest After Award. All Contractors shall be registered in the Central Contractor Registration (CCR) database to receive an award or payment. Lack of registration in the CCR will make an offeror ineligible for award. Information concerning clauses and provisions incorporated by reference may be obtained at http://farsite.hill.af.mil or www.arnet.gov/far. Department of Labor Minimum Wage Rates. Referenced WD 05-2559 (Rev.-4) posted on www.wdol.gov on 02/19/2008 becomes part of this solicitation. Quotations are due March 26, 2008 by 10:00 a.m., central time. Submit faxed quotations to the Purchasing Section at (612)336-3554 Attn: Charlene Lambert, with signed original forwarded by mail to: USDA APHIS Purchasing Attn: Charlene Lambert, 100 North 6th Street, Butler Square West, 5th Fl., Minneapolis, MN 55403. Any questions can be directed to Charlene.l.lambert@aphis.usda.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-MAR-2008); 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/USDA/APHIS/Purchasing/PR153716/listing.html)
 
Place of Performance
Address: 22675 N. Moorefield Road Bldg. 6415 Edinburg, TX
Zip Code: 78541-9398
Country: UNITED STATES
 
Record
SN01534601-F 20080319/080317225253 (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.