Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2008 FBO #2529
SOLICITATION NOTICE

R -- Medical Standard Group Support Services

Notice Date
10/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Bureau of Land Management, National Centers Region, BLM-FA NATIONAL INTERAGENCY FIRE CENTER* 3833 S DEVELOPMENT AVE BOISE ID 83705
 
ZIP Code
83705
 
Solicitation Number
RAQ094000
 
Response Due
11/5/2008
 
Archive Date
10/27/2009
 
Point of Contact
Kathleen M. Colson Contract Specialist 2083875545 kathy_colson@nifc.blm.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
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 Small Business. Firm, fixed hourly price offers are requested under Request for Quotations (RFQ) solicitation number RAQ094000. This document incorporated provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-27. The NAICS code is 561320. The business size standard is $13.5 million. The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) has a requirement to obtain Support Services for the Wildland Firefighter Medical Qualifications Standards office located at the Bureau of Land Management, Interagency Medical Standards Program, 1249 South Vinnell, Boise, Idaho 83709 for the period November 24, 2008 through March 31, 2009. It is anticipated that services are that of one full time Personnel Assistance level III/Lead Employee Relations Specialist, one full time Personnel Assistance level II/Employee Relations Specialist, and one part-time General Clerk level II/Phone and Filing Clerk. The objective is to provide technically correct information to the end-user in all aspects of the Interagency Medical Standards Program (IMSP). End-users are from the five fire management Agencies, Bureau of Indian Affairs (BIA), Bureau of Land Management (BLM), U.S. Forest Service, Fish & Wildlife Service (FWS), and National Park Service (NPS). Responses to end-user electronic or telephonic inquiries are required to be completed within 48 hours of receipt. Tasks for Personnel Assistant II/Employee Relations Specialist are as follows: * Provides independent technical assistance within 48 hours to the end-user (wildland firefighter to senior level management) on the implementation/application/interpretation of IMSP policies and instructions. Performance shall be measured by management observation and feedback received from field personnel. * Logs and records pertinent aspects to include end-user concern and resolution on all telephone conversations in an electronic telephone log. Email and telephone traffic shall be monitored to ensure a 99% or greater accuracy rate. Performance shall be measured by audits performed by management personnel and field feedback. * Educates the end-user through problem solving skills in all IMSP aspects to include scheduling wildland firefighter exams, assisting the resolution of "Pending" or "Not Cleared" status and transmittal of appropriate medical or occupational records, explaining the 5CFR339 waiver/accommodation process, directing examinees to the appropriate Agency medical coordinators, and researching clinical concerns. Performance shall be measured by observations by management personnel and field feedback. * Coordinates with the nationwide medical provider in resolving clinic concerns. Associated with this problem solving skill, the contractor is expected to assist the end-user when the clinical concern resolution process reveals an end-user failure to properly apply IMSP elements; educating the end-user on proper IMSP program implementation. Performance shall be measured by observations by management personnel and field feedback. * Provides customer service to a large and diverse customer base. Responds to a variety of diverse customer inquiries, either in writing or orally. Checks records/files in secure network folders or websites with an accuracy of 99% or greater. Performance shall be measured by observations by management personnel and field feedback. * Performs general clerical duties such as copying, faxing, filing, opening, sorting and posting mail on a daily basis. Performance shall be measured by observations by management personnel. * Work is sedentary and in an office environment. Working under pressure of deadlines and effectively interacting with a variety of end-user personality types is required. There is close and extended exposure to video display terminals and computer monitors. * Receives contractual technical direction and contractual performance evaluation from the IMSP Deputy Program Manager. Tasks for Personnel Assistant III/Lead Employee Relations Specialist are as follows: * Shall perform all duties as outlined under the Personnel Assistant II/Employee Relations Specialist as well as act as the Lead for the other two positions identified. Task for General Clerk II/ Phone and Filing Clerk are as follows: * In redundancy to the Personnel Assistance/Employee Relations Specialist position as needed on short notice, answers all center incoming phone calls; provide routine information and answers many types of inquiries either in writing or orally on a daily basis. Performance shall be measured by observations of management personnel and field feedback. * Performs general clerical duties such as handling mail, copying, faxing, and filing on an as needed basis with 99% or greater accuracy. Performance shall be measured by observations of management personnel. * Shall follow a number of established procedures and specific guidelines as found in the IMSP standard operating procedures. Performance shall be measured by observations of management personnel. * Work is sedentary and in an office environment. Working under pressure of deadlines and effectively interacting with a variety of end-user personality types is required. There is close and extended exposure to video display terminals and computer monitors. * One eight (8) hour workday per week is anticipated. Workday may vary week to week. Additional workdays may be added as needed depending upon the week's workload. Workday times will be set by the IMSP Deputy Program Manager. * Receives contractual technical direction and contractual performance evaluation from the IMSP Deputy Program Manager. The systems to be accessed by all positions are Microsoft Word, Microsoft Excel, and Lotus Notes. The contracted workforce will receive a maximum of 5 days on-the-job-training. Prospective contract employees should have knowledge of 5CFR339 waiver/accommodation processes, implementation/application of a comprehensive medical standards program, and the ability to problem solve with end-users of wide ranging educational and diverse social backgrounds. All contractor employees shall abide by Federal Privacy Act and Medical Information confidentiality regulations and guidelines. Failure to maintain confidentiality of personnel information shall result in immediate termination and prosecution to the fullest extent of the law. Work hours may be between 0730-1700 Monday - Friday, set at 40 hours per week, 8 hours per day, schedule established by the IMSP program need. There is no authorization for overtime or weekend work. All potential contractors shall 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. If an individual has already been credentialed by another agency through OPM, and that credential has not yet expired, further investigation may not be necessary. During performance of the contract, the Contractor shall keep the Government Representative apprised of changes in personnel to ensure that performance is not delayed by compliance with credentialing processes. At the end of contract performance, or when a contractor employee is no longer working under this contract, the Contractor shall ensure that all identification cards are returned to the Government Representative. 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. Wage Determination Number 2005-2159, Revision Number 6, Dated 05/29/2007 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 (the following clauses apply under para (b): 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; the following clauses apply under para (c): FAR 52.222-41; FAR 52.222-42 [General Clerk II - Monetary Wage: $11.34; Personnel Assistant (Employment) II - Monetary Wage: $14.24; Personnel Assistant (Employment) III - Monetary Wage: $15.88; 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 52.232-18 AVAILABILITY OF FUNDS; 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 hourly rate pricing; evaluation shall be based on 700 hours for each of the Personnel Assistant/Employee Relations Specialists and 350 hours for the General Clerk II/ Phone and Filing Clerk); 52.207-3XX -- Right of First Refusal (Local BLM Provision) The Contractor will give the current support service contract employees, who will be adversely affected or separated as a result of award of this contract, the right of first refusal for employment openings under the contract in positions for which they are qualified. The Government shall provide the Contractor a list of all incumbent personnel who have been or will be adversely affected or separated as a result of award of this contract. Additionally, the names of other contract employees who have received a favorable security clearance will also be made available to the Contractor. The Government has the right to refuse any contractor employees recommended or referred by the Contractor. 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 5, 2008, 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
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4037b443cfc6b3f03249f171ade61c8a&tab=core&_cview=1)
 
Place of Performance
Address: Boise, ID<br />
Zip Code: 837091657<br />
 
Record
SN01696716-W 20081029/081027214828-4037b443cfc6b3f03249f171ade61c8a (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.