Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOURCES SOUGHT

R -- Mediation, Training, Counseling , Final Agency Decisions, and Investigation Services to Support BBG’s Office of Civil Rights

Notice Date
5/4/2009
 
Notice Type
Sources Sought
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, District of Columbia, 20237
 
ZIP Code
20237
 
Solicitation Number
BBG-OCR-CY09-7806
 
Point of Contact
Gary C Hosford,, Phone: 202.382.7843
 
E-Mail Address
ghosford@bbg.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Broadcasting Board of Governors (BBG), Office of Civil Rights (OCR) is seeking qualified "small business sources" to provide EEO Counseling, Training, Investigation, Final Agency Decisions, and Mediation Services to support its Washington, DC and Miami, FL offices on a contract basis. The Agency intends to issue one or more Blanket Purchase Agreements (BPAs) to qualified small business vendors. The following general information pertains to all of the above-listed services: (1) Assignments are performed on a contract basis; (2) Most assignments require working in Washington, DC; however, some assignments may require working in Miami, FL or short duration travel to other domestic locations; (3) Contractor personnel may be required to undergo a background security investigation and successfully pass the security clearance process in order to receive a BPA; (4) Contractor personnel will work on an "as-required" basis, depending upon the OCR's needs; (5) Free-lance assignments are contracted for strictly on an "as needed" basis, consequently, the BBG/OCR makes no guarantees on the amount of work assignments that contractors can expect to receive; and (6) The Government is obligated to inspect all contractors' performed work to ensure that it fully satisfies the Government's requirements. The Government is further obligated to reject all work that fails to meet Government-specified requirements. Note : The BBG will not reimburse costs associated with "Local Travel" to/from the Contractor's office to/from BBG Headquarters. Neither will the BBG reimburse the Contractor for personnel "travel time". However, the BBG will reimburse the Contractor for costs associated with travel to/from the Contractor's office to/from other BBG facilities (e.g., Miami, FL). Reimbursement will be in accordance with the terms and conditions of the Federal Travel Regulations (FTR). The following criteria, depending on the type of services being contracted (i.e., EEO Counseling, Training, Investigation, Final Agency Decisions, and Mediation services), will be used as appropriate by BBG/OCR to evaluate prospective contractors: (1) Past experience in performing the work listed above; (2) Education; (3) Technical approach to research, analyze, and prepare material; and (4) evidence of oral and written skills (the OCR may request writing samples). Prospective contractors are hereby notified that the basis for award will be based on best value, with technical evaluation factors (i.e., strength of prospective contractor's experience, resume, approach, and oral/written skills) being more important than the prospective contractor's proposed hourly price. Offerors shall also submit a price proposal that includes their fully burdened (i.e., inclusive of overhead & profit) hourly rate. All "small business sources" who believe that they have the experience and capabilities to perform one or more of the above-stated services to be procured under a contract basis from BBG may submit written inquiries for additional information and/or submit their written statement (i.e., technical and price data) to Mr. Michael D. Hill, BBG/ Office of Civil Rights, Switzer Building, Suite 4004, 330 "C" Street, SW, Washington, DC 20237 (e-mail address for inquiries only: mdhill@bbg.gov) at any time. Capabilities Statements shall be submitted via hard copy only; telegraphic submissions, facsimile submissions, or proposals submitted via electronic means (e.g., e-mail) will not be considered. This Notice is not a RFQ, RFP, or IFB. See Note 1.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8595d14c668a905e7c11bc56d60eadcd&tab=core&_cview=1)
 
Place of Performance
Address: 330 Independence Ave, SW, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN01808350-W 20090506/090504220644-8595d14c668a905e7c11bc56d60eadcd (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.