Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
SOLICITATION NOTICE

R -- Labor Relations Subject Matter Expert

Notice Date
7/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
United States International Trade Commission, Office of Facilities Management, Procurement, 500 E Street, SW, Room 414, Washington, District of Columbia, 20436
 
ZIP Code
20436
 
Solicitation Number
ITC-RFQ-10-0005
 
Archive Date
8/19/2010
 
Point of Contact
Janice Ogletree, Phone: 202-205-1838, Myra Lay, Phone: 202-205-2739
 
E-Mail Address
janice.ogletree@usitc.gov, myra.lay@usitc.gov
(janice.ogletree@usitc.gov, myra.lay@usitc.gov)
 
Small Business Set-Aside
N/A
 
Description
UNITED STATES INTERNATIONAL TRADE COMMISSION Solicitation Number ITC-RFQ-10-0005 Combined Synopsis/Solicitation Labor Relations Subject Matter Expert PERFORMANCE WORK STATEMENT THIS REQUIREMENT IS OPEN TO ALL OFFERORS. THIS IS A BEST VALUE ACQUISITION Time and Materials Request for Quote (RFQ). This solicitation is open to all Offerors. Format for RFQ Submission: The cover page of each response quote shall contain the following information: Company Name____________________________ Date Company Established ____________ GSA Schedule # Duns Number ____________________ if Applicable ________________________________ Large Business or Other Business (Designate) _____________Telephone #_______________ Contact Person ______________________ Contact Person's E-mail_____________________ Submission of Quotes The deadline for Quotes for this RFQ is 2:00 PM Eastern Time (ET)________. Electronic versions of the quotes may be sent to janice.ogletree@usitc.gov, subject line: ITC-_________. The successful vendor should plan for work to commence immediately after award. Late quotes will not be accepted or evaluated. A kickoff meeting with the successful Offeror will be held within three (3) business days of award. SECTION 1: DESCRIPTION OF SERVICES 1.1 BACKGROUND AND MISSION 1.1.1 Organization and Agency Mission - General The USITC is an independent, quasi-judicial Federal agency with broad investigative responsibilities on matters of trade. The agency investigates the effects of dumped and subsidized imports on domestic industries and conducts global safeguard investigations. USITC also adjudicates cases involving alleged infringements by imports of intellectual property rights. Through such proceedings, the agency facilitates a rules-based international trading system. The USITC also serves as a Federal resource where trade data and other trade policy-related information are gathered and analyzed. The USITC provides the information and analysis to the President, the Office of the United States Trade Representative (USTR), and Congress to facilitate the development of sound and informed U.S. trade policy. 1.1.2 Organization and Office Missions: Office of Human Resources The USITC's Office of Human Resources (HR) is responsible for human capital management and strategic workforce planning at the agency. HR exercises an active leadership role in the development of new initiatives in response to changes in human resources laws, rules, and regulations, and serves as the agency-wide source of HR policy. HR develops policy and establishes programs in response to new or changing initiatives, and conducts reviews of programs and policies to improve existing procedures. The USITC's HR specialists provide employee and labor relations advice, guidance, and assistance to managers and supervisors in accordance with USITC rules and government-wide policies. Such advice addresses issues related to employee conduct, performance and health as well as interactions and negotiations with a union serving as the exclusive representative for bargaining unit employees. 1.2 OBJECTIVE The USITC plans to establish a Purchase Order (PO) with an Offeror that has demonstrated the ability to: •· Deliver labor relations services from cradle to grave. •· Develop, prepare, revise, and negotiate a Collective Bargaining Agreement (CBA) with Local 2211, American Federation of Government Employees, AFL-CIO (AFGE). 1.3. SCOPE OF WORK The Offeror will provide the professional services necessary to appropriately and efficiently draft and/or revise the current CBA between the USITC and the AFGE. The Offeror will also serve as the primary point of contact for negotiations with the AFGE. Work required by the successful Offeror will include labor law, negotiations and employee relations work specifically in the field of human resources management. 1.3.1 The Offeror must be capable of demonstrating a high level of expertise in providing: •· A full range of labor negotiations services from cradle to grave •· Advice to USITC Management to address issues related to the development of a CBA involving all issues that effect management and employees (e.g., issues related to grievances). •· Provide services to develop or revise the current CBA and lead all negotiations. •1.3.2 The Offeror shall have expertise not only in the composition and presentation of written documents but also in the technical substance relevant to the area of labor relations administration within the Federal Government. •1.3.3 The Offeror shall be capable of producing written guidance that is technically correct, understandable, and in an acceptable format. •1.3.4 The Offeror must also be capable of providing support in the areas of program development and evaluation. •1.3.5 The Offeror shall be technically competent in providing labor relations services including, but not limited to regulations and procedures, that governing employee appeal and labor relations rights. Specific services may also include, but are not limited to, labor contract negotiations, revision and development of CBAs and expert knowledge of a range of disciplinary actions including research, preparations for and/or participation in interactions with the labor organizations regarding conditions of employment, grievances, unfair labor practice charges, and other related areas of contract negotiation. 1.4 DELIVERABLES New Collective Bargaining Agreement Development and Revision •1.4.1 Upon issuance of a PO, the Offeror will conduct labor contract negotiations with AFGE. The Offeror shall also revise, develop, and create a new CBA between USITC and the AFGE. •1.4.2 The Offeror may also be required to conduct program evaluations and/or make program improvement recommendations. •1.4.3 Due dates will be established for each deliverable and all copies must be received by the COTR by COB on the appropriate due date identified. •1.4.4 All information, regardless of media, provided by the Government and/or generated for the Government in the performance of this contract are Government property and shall be maintained and disposed of by the Government. 1.5 Labor Categories The Offeror must provide sufficient technical personnel in order to meet the requirements set forth in the Performance Work Statement (PWS) that meet or exceed the Personnel requirements set forth in section 1.3 and 1.4. The Offeror must be able to provide qualified staffing for the work requirements of the RFQ. 1.6 Personnel Verification Security and Clearance Requirements The Offeror shall be required to complete the Personnel Identity Verification (PIV) Request Form for all personnel who require routine access to the primary work location. 1.6.1 Badges The USITC will provide visitor badges for Offeror employees when they are onsite at the Commission. All Offeror personnel shall wear these badges when on duty at the Government site and abide by Commission security directives. 1.6.2 Place and Hours of Work Performance The Offeror will make available appropriate personnel for USITC access USITC staff at 500 E St., SW, Washington, DC 20436. 1.6.3 Privacy Act Work on this project will not require personnel to have access to privacy information as defined by the Privacy Act, Title 5 of the U.S. Code, Section 552a, and applicable USITC rules and regulations. 1.7 EXPECTATIONS/MONITORING AND OVERSIGHT The Commission expects any advice or recommendations made by the Offeror to be specific and actionable. The Offeror is expected to meet agreed-upon deadlines. 1.8 PERFORMANCE MEASURES/BENCH-MARKS Failure to meet deadlines, or to provide specific, actionable, and valid advice or recommendations, will be considered unacceptable performance. If performance is unacceptable for any tasks, the Commission reserves the right to decline involving the Offeror in any subsequent tasks. SECTION 2: QUALITY CONTROL METHODOLOGY Vendor performance in all areas will be monitored. The COTR will be responsible for monitoring and reviewing Offeror performance. The COTR and shall conduct informal, ad hoc reviews of the successful Offeror's performance and will also conduct more formal performance reviews with the Offeror on a regularly scheduled basis. Evaluation of Offeror performance shall primarily be based on the reviews and monitoring. Customer satisfaction shall be measured by several factors, including, but not limited to, response time, problem resolution, and the level of service provided. 2.1 COTR RESPONSIBILITIES FOR REQUIREMENT The COTR and HR Management will maintain close contact with respect to the performance of the successful Offeror in meeting the tasks and deadlines. The COTR and the Offerer will have weekly discussions to address progress on the tasks. SECTION 3: GOVERNMENT FURNISHED EQUIPMENT/PROPERTY •3.1 GOVERNMENT FURNISHED MATERIALS/EQUIPMENT The Commission will furnish the necessary documents and appropriate drafts for the successful Offeror to complete the tasks. Upon completion of the project, the successful Offeror will return or destroy any copies of Commission supplied documents or information still in their possession. SECTION 4: GENERAL INFORMATION •4.1 METHOD OF AWARD This contract will be awarded based on a determination of best value to the Government. Best value will be determined on the basis of labor rates and demonstrated ability of the Offeror to provide: •· A full range of labor negotiations services from cradle to grave •· Advice to USITC Management to address issues related to the development of a CBA involving all issues that effect management and employees (e.g., issues related to grievances). •· Provide services to develop or revise the current CBA and work in tandem with USITC leadership in all negotiations on behalf of the USITC. The selection factors are as follows including the assigned weight: •· Staff Experience and Qualifications •· Company Past Performance •· Cost •4.2 PAYMENT The successful Offeror shall file a monthly invoice detailing the number of staff, labor hours expended, and services rendered for each pay period. In addition, payment distribution shall be based on invoices that have been approved by the COTR and submitted to the USITC Office of Finance. Payments shall begin after the agency has accepted and approved the successful Offeror's first invoice. Final payment shall be rendered after the expiration of the term or termination of services. •4.3 IDENTIFICATION OF NONDISCLOSURE REQUIREMENTS All Offeror personnel will be required to sign a non-public information agreement because of the sensitive nature of the data and information being worked with on a daily basis to ensure that information considered sensitive or proprietary is not compromised. USITC information and documents shall be considered by the Offeror to be confidential and not released to any other party. •4.4 TRAVEL No travel beyond the Washington, DC metropolitan area is expected. All travel, other than local travel, requires the prior approval of the COTR. If travel becomes necessary costs incurred for transportation and per diem (lodging, meals and incidental expenses) shall be billed in accordance with FAR 31.205-46, Travel Costs, and the Offeror's cost accounting system. These costs will be directly reimbursable by the USITC, subject to the limits stated above. •4.5 POST AWARD MEETING The USITC will schedule a kick-off meeting within three (3) business days after award. The COTR will provide an agenda prior to the meeting. The successful Offeror shall participate in the meeting to establish processes and procedures. The Contracting Officer, COTR, and other relevant agency personnel will represent the USITC at the meeting. SECTION 5: PERIOD OF PERFORMANCE The period of performance for this solicitation is one (1) year with one (1) option year. The Offeror shall provide separate pricing for the base year and for the (1) option year covered by the solicitation. The USITC shall evaluate quotes for cost realism and price reasonableness, and whether Offeror technical submissions demonstrate an understanding of both the general and the specific requirements of the outlined in the solicitation. SECTION 6: REPORTING REQUIREMENTS The Offeror shall prepare monthly progress reports on the status of expenditures and individual efforts. Monthly reports shall contain the following information and will be due on the 15 th of every month or the first business day thereafter if the 15 th falls on a non-workday: ● the number of staff hours expended on each project. (Not needed if task order is firm fixed priced.) ● the estimated number of hours remaining to complete each project SECTION 7: QUOTATION EVALUATION EVALUATION CRITERIA The USITC shall evaluate quotes using as non-cost factors - corporate experience, personnel qualifications and demonstrated evidence of successful past performance on current contracts and contracts completed in the last 3 years similar in nature and size to this procurement. The quote must provide sufficient information about each criterion so that a complete evaluation can be accomplished by the Source Evaluation Panel. By use of numerical and narrative scoring techniques, quotations will be evaluated against the evaluation factors specified in the paragraph below. Award will be made to the Offeror whose quote represents the best value to the Government, cost and other factors considered. Although cost is a factor in the evaluation of proposals, the non-cost factors, when combined, are more significant than cost in the selection of an Offeror. CRITERIA 1. OFFEROR EXPERIENCE AND PAST PERFORMANCE 50 POINTS The Offeror shall demonstrate that they have the resident past performance corporate experience to perform the tasks required in the areas of labor and employee relations, policy research or preparation, and program development. The Offeror shall also demonstrate that they have successfully performed on other contracts or purchase orders of similar size and nature within the past 3 years. This shall be done by describing current and past work of a similar or identical nature in such a manner that an evaluation can be made of the performance history and the relevance of this experience to the requirements of the solicitation. The Offeror shall clearly demonstrate to the USITC that they have the resident corporate experience necessary to respond to all aspects of the solicitation requirement by presenting experience and past performance on contracts which are identical or similar to the tasks described in the statement of work. CRITERIA 2. PERSONNEL QUALIFICATIONS EXPERIENCE 50 POINTS The Offeror shall ensure qualifications of individuals assigned to tasks specified in this solicitation. Individuals assigned to the tasks specified under this will possess the minimum number of years of acceptable experience and the level of education required to provide the professional services associated with this requirement. Senior Subject Matter Experts must demonstrate a minimum of 15 years of applicable experience. Senior Subject Matter Experts proposed must show a minimum of 8 years of applicable experience. The information provided shall be detailed enough to demonstrate that the proposed personnel have a depth and relevancy of experience to meet USITC's requirements as set forth in the PWS. The Offeror shall include resumes for personnel /sub-contractor to be utilized in the performance of any resulting award. The Offeror shall provide a resume for each proposed candidate it anticipates will perform work under this order at the time that the response is submitted. All resumes should be submitted in the following format listed below: A description of relevant training and education obtained (including degrees earned); Evidence of demonstrated experience in the conduct of the collective bargaining process, serving as a lead negotiator in the collective bargaining process, labor relations activities, program planning, policy preparation, and demonstrated experience in producing human resources information and policy interpretations as written products. Points of contacts (names and telephone numbers) for reference information. Resume information not presented in the requested format may not be considered. If the Offeror plans to subcontract any of the work to be performed, the Offeror must provide resumes for the proposed sub-contractor's key personnel including the above discussed information and must provide a detailed description of the work to be performed by the sub-contractor. The above information for criteria #1 and #2 must be provided by all Offerors and their sub-contractors for applicable personnel proposed by the Offerors. COST QUOTATION This solicitation is for professional services with deliverables in the form of written work products. This solicitation is for professional services in the areas of labor and employee relations and program development. Offerors shall propose costs (with supporting cost breakdown) for one (1) year and (1) one option year. The labor costs shall be based on the Offeror's hourly rates or discounts thereto. YEAR 1 Item No. Service Qty Unit Unit Price Amount 001 Senior Human Resources Specialist (Labor Relations) 1000 Hours 002 Senior Policy Analyst or Senior Human Resources Specialist (Program Development) 100 Hours Year 1 TOTAL ESTIMATE 1,100 Hours YEAR 2 (Option Year 1) Item No. Service Qty Unit Unit Price Amount 001 Senior Human Resources Specialist (Labor Relations) 1000 Hours 002 Senior Policy Analyst or Senior Human Resources Specialist (Program Development) 100 Hours Year 2 TOTAL ESTIMATE 1,100 Hours TOTAL ESTIMATE AMOUNT INCLUDING OPTIONS: _________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USITC/ITCOFM/ITCOFMP/ITC-RFQ-10-0005/listing.html)
 
Place of Performance
Address: 500 E Street SE, Washington,, District of Columbia, 20436, United States
Zip Code: 20436
 
Record
SN02201543-W 20100711/100709235532-3f6d3bb786a7d51ef402a9faba349ddc (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.