Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2010 FBO #3231
MODIFICATION

R -- Corrections:NAICS 561110 threshold is $7,000,000.00occupation code 01020 Administrative Assistant rate 21.96Employee Class monetary fringe benefit corrections noted as 17.28 should be 19.21

Notice Date
9/27/2010
 
Notice Type
Modification/Amendment
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Fort Sam Houston Contracting Center - West, Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W45MW20239NX07
 
Response Due
9/27/2010
 
Archive Date
11/26/2010
 
Point of Contact
Diana Fernandez, 210-295-3059
 
E-Mail Address
Fort Sam Houston Contracting Center - West
(diana.fernandez@us.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Mission and Installation Contracting Command Center- Fort Sam Houston has a requirement for an Administrative Assistant. The contractor will provide administrative assistance services for administrative and operational support to the Department of Warrior Transition. 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 number is W45MW20239NX07 and is being requested as a request for quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through the Federal Acquisition Circular 05-36. The procurement is set aside for HubZone. The North American Industry Classification System Code 561110 Office Administrative Services with a threshold of $7,000,000.00 The RFQ contains the following contract line item numbers (CLIN)s: 0001-. The contractor shall provide administrative assistance services for administrative and operational support to the Department of Warrior Transition. Work shall include office administrative duties and training operations. The contracted employee should be familiar with the purpose and uniqueness of Army Warrior Transition Units that manage care for Wounded, III and Injured Soldiers. All work shall be performed in accordance with the performance work statement. Period of Performance: 30 Sep 10 through 29 Sep 11 Unit of Issue 1 ea $ _________ Total $ ___________ 0002- The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall completely fill in all the information in the format using the following web address: https:\\cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task or delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the website. Unit of Issue 1 EA NSP 1001 (OPTION) The contractor shall provide administrative assistance service for administrative and operational support to the Department of Warrior Transition. Work shall include office administrative duties and training operations. The contracted employee should be familiar with the purpose and uniqueness of Army Warrior Transition Units that manage care for Wounded, III and Injured Soldiers. All work shall be performed in accordance with the performance work statement. Period of Performance: 29 Sep 11 through 30 Sep 12 1002 The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall completely fill in all the information in the format using the following web address: https:\\cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task or delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the website. Clauses: The following clauses/provisions apply to this acquisition and are hereby incorporated: Federal Acquisition Regulation (FAR) 52.203-3, 52.204-7, 52.209-6, 52.212-1, 52.212-3, 52.212-4, 52.232-18, 52.233-1, 52.252-1, 52.217-8 and 52.252.2. The following FAR clauses under 52.212-5 apply: 52.203-6, 52.204-10, 52.209-6, 52.217-5, 52.217-952.219-8, 52.219-4, 52.222-3, 52.222-35, 52.222-37, 52.222-41, 52.222-43, 52.222-50, 52.233-3, 52.233-4, 52.219-28, 52.222-3, 52.222-21, 52.222-26, Defense Acquisition Regulation (DFAR) 252.203-7000, 252.204-7004 ALT A, and 252.232-7010. The following DFAR clauses apply under 252.212-7001: 252.232-7003, 252.247-7023, 252.203-7002,252.204-7003,252.204-7008,252.201-7000,252.223-7006 52.222-42 Statement of Equivalent Rates for Federal Hires. As prescribed in 22.1006(b), insert the following clause: Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary WageFringe Benefits 1020 Administrative Assistant $19.21 per hour _____________ ____________________________ _____________ ____________________________ _____________ ____________________________ The contract will be paid by Wide Area Work Flow. Availability of Funds Funds are presently available for this contract. Instructions to Offerors Commercial Items (June 2008) Addendum to FAR 52.212-1 Offer shall submit: a) Prices for each CLIN. b) A completed copy of FAR Clause 52.212-3 Offeror Representations and Certifications-Commerical Items. FAR 52.212-2 -- Evaluation -- Commercial Items As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base year. Offerors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base year), utilizing the rates of that performance period. Evaluation: The Government will award a contract resulting from this solicitation based on price. Any questions should be emailed to diana.fernandez@us.army.mil and SRCC-W-RFP@conus.army.mil. Proposals: Synopsis/solicitation closes on 28 Sep 10. Proposals must be received by 1200 NOON Central Standard Time on 28 Sep 10. Proposal can be emailed to diana.fernandez@us.army.mil. WAGE DETERMINIATION OCCUPATION CODE IS 01020 TITLE ADMINISTRATIVE ASSISTANT RATE 21.96
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5b7411a9e771f9b8cc7bb8b63b73cdcb)
 
Place of Performance
Address: Fort Sam Houston Contracting Center - West Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
 
Record
SN02298337-W 20100929/100927235018-5b7411a9e771f9b8cc7bb8b63b73cdcb (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.