Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
SOLICITATION NOTICE

R -- This is a combined synopsis / solicitation for commercial services.

Notice Date
4/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
 
ZIP Code
93403-8104
 
Solicitation Number
W912LA-10-T-0020
 
Response Due
5/21/2010
 
Archive Date
7/20/2010
 
Point of Contact
Jennifer Anderson, 805-594-6295
 
E-Mail Address
USPFO for California
(jennifer.d.anderson2@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. This is a combined synopsis/solicitation for commercial items/services prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation WILL NOT be issued. The solicitation W912LA-10-T-0020 is issued as a Request for Quotations. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 15 January 2009. This solicitation is 100% set aside for Small Business concerns. The objective is to award a single Firm Fixed Price contract to a Contractor who can provide personnel services in accordance with the Statements of Work for each position. The NAICS codes for this acquisition are 561110 & 561499. The small business size standard for these NAICS codes is $7.0M. The California National Guard has a requirement for Personnel Services in support of the CA ARNG Accession Task Force Recruiting and Retention Program. Period of Performance will be as follows: (BASE YEAR - June 1, 2010 through September 30, 2010, OPTION YEAR #1 October 1, 2010 through September 30, 2011, OPTION YEAR #2 October 1, 2011 through September 30, 2012, OPTION YEAR #3 October 1, 2012 through September 30, 2013, OPTION YEAR #4 October 1, 2013 through September 30, 2014). REQUIREMENT: Provide support services to the Accession Task Force in order to meet Recruiting and Retention operation needs as set forth in the Statements of Work (SOW) (attached). Services will take place at different locations throughout the State. SUBMITTALS: All offers are to include: 1. Fully burdened breakdown of price per position per month for the base period of the contract (June 1, 2010 through September 30, 2010). 2. Total cost for all positions for the base period (June 1, 2010 through September 30, 2010). 3. A minimum of three past performance references to include contact information and project magnitude; 4.Certifications and documentation (where applicable) to verify experience with ARISS and with Recruiting and Retention operations. 5. FAR 52.212-3 ALT 1, Offeror Representations and Certifications. Occupational Codes are provided as follows: Administrative Assistant 01020 should be used for the BN Senior Administrative/Supply Support Specialist and the Senior Administrative/Supply Support Specialist, -Supply Technician 01410 should be used for the Operations/Supply Support Specialist, - Personnel Assistant III 01263 should be used for the Administrative Support Specialist. In-Service Recruiting Support Specialist has no Occupational Code listed with the Department of Labor and therefore the Occupational Code of 01020 is offered as guidance for pricing purposes only. A request for assignment of an Occupational Code for the In-Service Recruiter will be made to the Department of Labor, and once a code is established, it will be added to the contract and price adjustments will be made accordingly. Simplified Acquisition Procedures will be utilized. Offers will be evaluated as to the best value to the Government. The following evaluation factors will be considered (listed in order of importance): Contractors ability to meet the Governments requirements, Past Performance and Price. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Government reserves the right to add or remove personnel positions for the life of the contract as funding allows. The Government intends to evaluate offers and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Vendors must disclose if they intend to utilize subcontractors. Any and all subcontractors must be identified and subcontractor past performance must be submitted with the proposal. FAR 52.212-1, Instructions to Offeror-Commercial Items; 52.212-2, Offeror Representations and Certifications apply to this acquisition and must be fully completed and submitted with offer. The following provisions/clauses are incorporated: 52.252-2; Clauses incorporated by Reference; 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.211-16, Variation in Quantity, 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation Commercial Items; 52.212-4, Contract Terms and Conditions; 52.219-6, Notice of Small business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Year Contracts); 52.222-44, Fair Labor Standards Act and Service Contract Act Price Adjustment; 52.222-49, Service Contract Act Place of Performance Unknown; 52.223-5, Pollution Prevention and Right to Know Information; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration; 52.237-1, Site Visit; 52.222-50, Combating Trafficking in Persons; 52.233-3, Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 52.237-3, Continuity of Services; The provisions/ clauses at DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items apply to this acquisition and must be fully completed and submitted with offer; 252.212-7001 (Dev), Contract terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (Deviation) are applicable to this acquisition. The following clauses are incorporated: 52.203-3, Gratuities; 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copied-Double sided on Recycled Paper; 52.216-4 Economic Price Adjustment Labor and Material; 52.216-5 Price Redetermination Prospective; 52.212-9, Small Business Subcontracting Plan (DEVIATION)Alternate II; 52.219-16, Liquidated Damages Subcontracting Plan; 52.219-14, Limitations on Subcontracting; 52.222-54, Employment Eligibility Verification 52.228-5, Insurance Work on a Government Installation; 52.217-8, Option to Extend Services; 252.201-7000, Contracting Officers Representative; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.247-7023 ALT III, Transportation of Supplies by Sea; 52.247-7024, Notification of Transportation of Supplies by Sea 252.232-7010, Levies on Contract Payments; All vendors must have a publicly visible registration in the Central Contractor Registration (CCR). Point of contact for this solicitation is SGT Jennifer Anderson at (805) 594-6295. Statement of Work is available for download with this solicitation or can be requested via email at jennifer.d.anderson2@us.army.mil. Quotes are due no later than 21 May 2010 by 1:00 P.M PST at USPFO for California, Contracting Office, 2303 Napa Ave, San Luis Obispo, CA 93405-7609. Quotes shall be submitted in writing to the above address or e-mail. Vendors may fax requests to (805) 594-6348, ATTN: SGT Jennifer Anderson.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-10-T-0020/listing.html)
 
Place of Performance
Address: USPFO for California P.O. Box 8104, San Luis Obispo CA
Zip Code: 93403-8104
 
Record
SN02134533-W 20100430/100428235008-6cc2210af87fccbcb754748e3e72e3c6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.