Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
SOLICITATION NOTICE

H -- ISO 9001 Registration and Surveillance Audit

Notice Date
9/3/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, Sa-6 Room 200, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
ISO9001
 
Response Due
9/8/2008
 
Archive Date
3/7/2009
 
Point of Contact
Name: Pete Jones, Title: Contract Specialist, Phone: 7038756273, Fax: 7038756006
 
E-Mail Address
jonespw@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is ISO9001 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 with a small business size standard of $6M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-09-08 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The Department of State requires the following items, Meet or Exceed, to the following: LI 001, ISO-9001 Certification is intended to tell customers that the certificate holder has a system in place to deliver consistent products and services, that it conducts periodic internal audits of its system to assure that its key processes are functioning as intended, that it has a system for preventive and corrective actions, for measuring its key processes and for determining customer satisfaction with an eye toward improving the overall management system. The services required are: a.Registration audit on-siteb.Issuance of a registration certificate c.First year surveillance audit AUGUST 1, 2008 JULY 31, 2009. The contractor must be one of three ISO Accreditation bodies: ANSI-ASQ National Accreditation Board (ANAB), UKAS or Standards Council of Canada and must provide proof of certification with the proposal. The auditors will assess the entire Quality Management System (QMS) that governs activities of the 600 member staff of Global Financial Service at the Charleston, SC location. This encompasses all documentation, including the quality procedures, quality manual, quality objective statement, and the internal audit program, process descriptions, work instructions, and all other documents that make up the total documentation of the QMS. The assessment should be in-depth and provide an accurate evaluation of the extent to which the GFS QMS in practice and intent meets or fails to meet the Standard. Where aspects of the QMS are deemed deficient, the contractor will provide specific findings relative to the ISO 9000:2001 Standards. In addition, the contractor will provide written recommendations for correcting any deficiencies. To the extent possible, International Register of Certified Auditors (IRCA) certified Lead Auditors and Auditors with significant experience working with organizations successfully certified to ISO 9001 must be used to complete this audit. The requirement for auditor days will be determined using the International Accreditation Forum guidance Document on the Application of IS)/IEC Guide 62:1996, or other guidance from a similar body, for organizations with 426 to 625 employees registered or seeking registration to ISO 9001:2000 without design. The same criteria will be used to determine auditor days for surveillance requirements., 1, YR; LI 002, Option for second year surveillance audit: AUGUST 1, 2009 JULY 31, 2010, 1, YR; LI 003, Option for third year surveillance audit: AUGUST 1, 2010 JULY 31, 2011, 1, YR; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The Bureau of Resource Management, Global Financial Services (RM/GFS), located at 1969 Dyess Ave, Charleston, SC has the requirement for ISO-9001 Registration and Surveillance Services. A quality management system (QMS) has been developed for Global Financial Services Charleston South Carolina operations that uses the ISO 9001:2000 model of the international standards of quality. The QMS was implemented in 2006 and has undergone continuous improvement and will be at the point where an assessment of its effectiveness is appropriate by one of three ISO Accreditation bodies: ANSI-ASQ National Accreditation Board (ANAB), UKAS or Standards Council of Canada. U.S. Department of StateGlobal Financial Services, Charleston (RM/GFS)1969 Dyess Ave, Charleston, SC 29405. DOS will provide office space for interviews and meetings at DOS facilitates located at 1969 Dyess Avenue, Charleston, SC 29405. All other work will be performed at the Contractors facility. BASE YEAR:AUGUST 1, 2008 JULY 31, 2009OPTION YEAR 1:AUGUST 1, 2009 JULY 31, 2010OPTION YEAR 2:AUGUST 1, 2010 JULY 31, 2011 INITIAL REGISTRATION AUDIT TO BE COMPLETED NO LATER THAN SEPTEMBER 23, 2008. The contractor shall deliver all contract deliverables to the Managing Director for Oversight and Management Analysis, RM/GFS 1969 Dyess Avenue, Charleston, SC 29405 The written report detailing all non-conformances and recommendations for correcting the same will be provided within 15 days after completion of the on site work. Registration Certificate to be provided within 45 days of report. Monthly invoices should be submitted by the last calendar day of the month, terms net 30 (Prompt-Pay Act, FAR subpart 32.9). Each invoice shall contain the following: Name and address of the contractor; Invoice date and number; Contract number or other authorization for supplies delivered or services performed; Description, quantity, unit of measure, unit price and extended price of supplies delivered or services performed; Shipping and payment terms; Name and address of contractor official to whom payment is to be sent; Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice; Taxpayer Identification Number (TIN) and Electronic Funds Transfer (EFT) banking information. Invoices should be submitted to the Financial Management Officer, Global Financial Service Center, U.S. Department of State, P.O. Box 150008, Charleston, SC 29415-5008. Security Clearance is not required. However all contract personnel will be escorted while in Government facilities. DoS will provide office space for interviews and meetings at DoS facilitates located at 1969 Dyess Avenue, Charleston, SC 29405 (a) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel costs in accordance with its usual accounting practices consistent with FAR Subpart 31.2, specifically FAR 31.205-46. Travel must be directly related to and required for performance of this contract, and authorized in advance and in writing by the Contracting Officer's Representative (COR). In no event shall costs associated with employee commuting be reimbursable as a direct cost under this contract.(B) Travel costs shall not be burdened with any indirect costs unless specifically allowable in accordance with the Contractor's usual accounting practices consistent with FAR Subpart 31.2. In no event shall travel costs be burdened with fee/profit. (c) The Contractor shall include a breakout of all authorized travel expenses as an attachment to his invoices. Administrative support (coordination of travel arrangements, etc.) will be the responsibility of the Contractor. (d) Should any Contractor personnel be requested to perform in any area which has been determined by the Department of State to be a hazardous duty area, hazardous duty premium pay will be payable at the same rate as would be given to Department of State direct-hire employees pursuant to Chapter 650 of the U.S. Department of State Standardized Regulations (Government Civilians, Foreign Areas). Each employee will be notified upon arrival at any hazardous duty area of the applicable rates, terms and conditions at the time of performance. Hazardous duty premium pay shall not be burdened with any indirect costs (e.g., overhead, G&A) or fee/profit. (e) When local travel between the Contractor employee's regular place of performance and other locations is specifically authorized by the COR, transportation expenses shall be allowable costs under this contract. For the purposes of this clause, local travel means travel within a 50 mile radius of the Contractor employee's regular place of performance and does not include daily commuting or associated costs. (f) For travel where use of a personal automobile has been specifically authorized by the COR, reimbursement shall be computed on the basis of actual miles traveled from starting point to destination. Other related miscellaneous expenses, such as tolls and parking fees, incurred in the performance of tasks authorized under this contract, will be reimbursed. Car rentals require advance approval by the COR and will be authorized only when consistent with good business practice. Allowable costs shall not exceed the actual cost of renting a compact automobile (a maximum of one for five Contractor personnel), unless extenuating circumstances (e.g., excess baggage) require other arrangements and subsequent COR approval is obtained. All travel must be in accordance with Federal Travel Regulation (available: www.gsa.gov). The Contractor shall obtain the express approval of the Contracting Officers Representative prior to incurring any travel-related costs. Future registration requirements will require the Contractor to travel to the following locations described below and provide the same level of service. The selected board certified contractor will be required to provide the actual services requested; No outsourcing or subcontracting will be allowed. The selected vendor will be required to directly provide all requested services. FSTO, Paris. Bangkok, Thailand. Arlington, V.A. Washington, D.C. Director or Administrative OperationsGlobal Financial Services, (RM/GFS)1969 Dyess AvenueCharleston, SC 29405 ALL BIDS MUST BE SUBMITTED THROUGH FEDBID.COM TO BE CONSIDERED FOR AWARD. All questions should be sent to clientservices@fedbid.com. All proposal materials must be received at clientservices@fedbid.com no later than 12:00pm EDT on Tuesday July 8, 2008, or vendor's bid may not be considered for award. A)Past Performance including experience in the financial environment and domestic international travel capabilitiesB)ISO CERTIFICATION RECOGNIZED C)Technical Factors D)Price
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=41d17a1914fa1491ffe63038a8a0c482&tab=core&_cview=1)
 
Place of Performance
Address: Multiple shipping information.<br />
Zip Code: Multiple<br />
 
Record
SN01657998-W 20080905/080903222801-ead4a1fe5119f477c928469c3ad00267 (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.