Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
SOLICITATION NOTICE

R -- Membership on the Corporate Leadership Council (CLC)

Notice Date
8/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813920 — Professional Organizations
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
EOHWH0RA006
 
Archive Date
9/15/2009
 
Point of Contact
Erica A. Leach, Phone: 6146931971
 
E-Mail Address
erica.leach@dfas.mil
(erica.leach@dfas.mil)
 
Small Business Set-Aside
N/A
 
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. The solicitation is issued as a request for quotation (RFQ). Purchase Request # EOHWH0RA006 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, Fac 2005-36, Effective 11 Aug 2009. This requirement is UNRESTRICTED. Line Items Items:Line Item 0001 – Membership on the Corporate Leadership Council (CLC) Quantity: 1 Unit of Measure: Year Description of items/services: CLC membership is to provide: 1. Customized research projects including data retrieval, benchmarking, networking contacts, literature searches, and vendor profiles. 2. Executive-directed quantitative analysis on strategic topics of collective interest across organizations. 3. Various decision-support tools enabling assessment of employees’ commitment and intent to stay; measurement of the strength and weaknesses of future leaders; and the identification and benchmarking of high-potential talent. 4. On-Line Resources via the CLC web site. 5. Member events including monthly teleconferences, executive meetings and staff briefings. The intent is to award this requirement sole source to the Corporate Executive Board as it was identified as the only organization that provided the required membership benefits. However, all responsible sources may submit a quote which shall be considered by the agency. Period of Performance is: One Year from date of award with Four One Year Option Periods Place of Performance is: Contractor’s site and Indianapolis, IN. Provisions/Clauses: FAR 52.232-18 -- Availability of Funds (Apr 1984) FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS CONTRACT. THE GOVERNMENT’S OBLIGATION UNDER THIS CONTRACT IS CONTINGENT UPON THE AVAILABILITY OF APPROPRIATED FUNDS FROM WHICH PAYMENT FOR CONTRACT PURPOSES CAN BE MADE. NO LEGAL LIABILITY ON THE PART OF THE GOVERNMENT FOR ANY PAYMENT MAY ARISE UNTIL FUNDS ARE MADE AVAILABLE TO THE CONTRACTING OFFICER FOR THIS CONTRACT AND UNTIL THE CONTRACTOR RECEIVES NOTICE OF SUCH AVAILABILITY, TO BE CONFIRMED IN WRITING BY THE CONTRACTING OFFICER. (End of Clause) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5(DEVIATION), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. 52.217-8 – Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days prior to the expiration of the contract. 52.217-9 – Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 14 days prior to the expiration of the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years*. *ESTIMATED. Based on actual award date, duration will be adjusted accordingly. DFAS 252.232-9000 “WIDE AREA WORK FLOW (WAWF) – RECEIPT AND ACCEPTANCE (RA) INSTRUCTIONS” (November 2007) (a) As prescribed in DFARS clause 252.232-7003 Electronic Submission of Payment Requests (March 2007), Contractors must submit payment requests in electronic form. The Defense Finance and Accounting Service (DFAS) has implemented the DoD sanctioned Wide Area Workflow-Receipt and Acceptance (WAWF-RA) for contractors to submit electronic payment requests and receiving reports. Invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF-RA using the invoice type identified in paragraph (d) below. Paper copies will no longer be accepted or processed for payment unless the conditions of DFARS clause 252.232-7003(c) apply, and are specifically authorized in the contract. (b) The contractor shall ensure an Electronic Business Point of Contact is designated in the Central Contractor Registration at http://www.ccr.gov. The contractor must register to use WAWF-RA at https://wawf.eb.mil, within ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract. Step by step procedures to register are available on the WAWF-RA website. (c) Guidance regarding WAWF is available. There is a “Getting Started Guide” for WAWF and a free on-line computer based training module available at www.wawftraining.com. Payment information is available in the “myInvoice” system, a web-based tool that provides current payment status of a WAWF invoice. MyInvoice is available at https://myinvoice.csd.disa.mil//index.html. Vendor registration is required. Additional information on WAWF and eCommerce Tools are available at http://www.dod.mil/dfas/contractorpay/electroniccommerce/ECToolBox.html. (d) Invoices shall be submitted via WAWF-RA as (choose single type or multiple types) a “2-in-1”, a “Combo”, or as a “Cost Voucher”. [Note: Cost Vouchers may be submitted only if the contract terms and conditions specifically authorize payment via a cost voucher.] [WAWF-RA invoice types authorized for the submission of payment requests are: 1. Combo – Invoice and Receiving Report. To be used for goods or any combination of goods and services. 2. 2-in-1 invoice: Normally used for services only contract, however, it may be and is used for goods and/or services. 3. Cost voucher: Used if billing for cost type/reimbursable contracts. Cost vouchers are only used when contracts/orders require invoices be sent to DCAA for approval; and if specifically authorized in the contract 4. Progress Payments: Used when contracts/orders contain FAR 52.232-16 or DFARS 252.232-7004. 5. Performance Based Payments: Used when contracts/orders contain FAR 52.232-32] (e) DoDAACs or DoDAAC extensions. The contractor shall ensure the following DoDAACs are input when completing WAWF document(s); regardless of other DoDAACs used on the contract. It is important to note that if EDA is used to pre-populate the Address (DoDAAC) information on the WAWF document(s), the contractor must verify the data against the following information. If necessary, change the pre-populated WAWF input in accordance with the information provided below. Issued by DoDAAC - ________________ (Enter the “Issued By” Code) Admin DoDAAC - __________________ (Enter the “Administered By” Code -Usually the same as the “Issued By” Code). Payment DoDAAC – _________________ (Enter the “Payment Will Be Made By” Code) Acceptor DoDAAC - _____________________ (Enter the DoDAAC for the office/individual authorized to reject, accept and approve documents for payment). Acceptor - _______________________________ (Enter the name and phone number of the acceptor) Inspected By DoDAAC/EXT - ____________ (Leave blank unless inspected at the Source, in which case the source inspection DoDAAC is entered – generally a DCMA DoDAAC; or unless client uses an Inspected By DoDAAC). LPO DoDAAC/ EXT - ___________ (Leave blank unless the DFAS activity is requesting the LPO function be utilized and has provided the DoDAAC). (f) The Contractor shall send email notification to the following listed addresses. Before closing out of an invoice session in WAWF-RA but after submitting your document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on “ Send More Email Notification” on the page that appears and input applicable e-mail address (see below). This additional notification to the government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF-RA system. (Include the following e-mail addresses as applicable.) (1) WAWF Acceptor (e-mail address): _________________________________ [Acceptor’s work e-mail address, not the WAWF-RA Org e-mail address] (2) Contracting Officer Representative (COR) (e-mail address): ___________________________ (3) Government Point of Contact (GPOC) (e-mail address): ______________________________ (4) Alternate COR or GPOC (e-mail address): _________________________________________ (END OF CLAUSE) DFAS 52.223-9000, “ENVIRONMENTALLY PREFERABLE PRODUCTS” (OCT 2007) The Environmentally Preferable Products clause is included in this contract to articulate the Government’s polices on Green Contracting. FAR 23.403 sets forth the Federal Government’s policy to acquire items composed of the highest percentage of recycled-content practical, in a cost effective manner while still obtaining other contracting goals. Recycled-content products are identified in the Environmental Protection Agency’s Comprehensive Procurement Guidelines (CPGs). The United States Department of Agriculture (USDA) will be producing a similar list which designates Bio-based products. EPA guideline items (and USDA designated bio-based products, when designated) are seen as the minimum that should be considered when evaluating environmentally preferable materials. Other environmentally preferable materials and products not listed, but commonly used in industry outside of the Government, should also be considered. The recently issued Executive Order 13423 (January 24, 2007) requires federal agencies to use sustainable environmental practices, including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products. Moreover, it now requires that paper of at least 30 percent post-consumer fiber content must be acquired or used in Agency acquisitions of goods and services. 1. Mandatory use of Paper and other products with recycled content. (a)All paper utilized in the performance of this contract must be of at least 30 percent post-consumer fiber content. (b)The contractor, by responding to this RFP/RFQ, affirmatively acknowledges that they will, to the maximum extent practicable, use sustainable environmental practices including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products in the performance of this contract that meet the recycled-content recommendations for EPA designated items, which are found at http://www.epa.gov/epaoswer/non-hw/procure/products.htm. In addition, by responding to this RFQ/RFP the contractor is certifying the deliverables required under this contract shall meet the recycled-content recommendations for EPA designated items. 2. Notice of Green alternatives in Offerors’ product/service. (a)When offering a product or service that contains Green components as that term is defined at http://www.epa.gov/epaoswer/non-hw/procure/products.htm, the contractor shall make the Contracting Officer aware of such facts in the submission of their quote or proposal. (b) The contractor, when appropriate, shall comply with FAR Clause 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products. 3. Affirmative Duty of Contractors to adhere to Green Contracting Policy. (a)Whenever practicable, the Contractor has an affirmative duty to examine its packaging to eliminate or reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable material for non-recyclable material in packaging. (b) Whenever practicable, the Contractor has an affirmative duty to find other materials utilized in the delivery of services under this contract and examine whether it can reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable materials for non-recyclable materials of items consumed in the furnishing of their services. Quotes are due by 5:00 p.m. (Eastern) on 31 Aug 09. Facsimile and e-mail quotes are acceptable and preferred. Quotes may be submitted by mail and forwarded to: Point of Contact: Erica Leach DFAS Contract Services Directorate 3990 E. Broad Street Bldg. 21, Room 2B219 Columbus, OH 43213-1152 Phone Number: 614-693-1971 Fax Number: 614-693-1808 E-mail address: Erica.Leach@dfas.mil Furnish quotes to this POC on or before the closing time listed in this RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/EOHWH0RA006/listing.html)
 
Place of Performance
Address: Defense Finance Accounting Services - Indianapolis, ATTN: Human Resources, Diana L. Williams, Col 319P, 8899 East 56th Street, Indianapolis, Indiana, 46249-0301, United States
Zip Code: 46249-0301
 
Record
SN01924397-W 20090826/090825003001-0f014be5292d597ba6db8396234b0ac7 (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.