Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOLICITATION NOTICE

R -- human resources civilian position classification support - Package #1

Notice Date
7/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Bldg 238/2 B Street, Camp Pendleton, Virginia Beach, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N40442-11-T-6100
 
Archive Date
8/11/2011
 
Point of Contact
Douglas R. Ernest, Phone: 7574435901
 
E-Mail Address
douglas.ernest@navy.mil
(douglas.ernest@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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 N40442-11-T-6100, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51, effective 2 MAY 2011. NAICS code 541612 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for a base period of 1 year with four 1 year option periods for civilian position classification support. Contractor will provide all material, equipment and labor to perform on-site (Norfolk, Virginia) audits of positions to gather more information or clarify aspects of submitted or existing position descriptions. Applies position classification principles and concepts to perform General Schedule (GS) and National Security Personnel System and Classifications Standards (NSPS) classification services and prepare written evaluations as required. Writes or edits and revises draft position descriptions from supervisors. Ensures all draft evaluations are in appropriate MSFSC Code N1 approved format. All formats must be approved by the N1 POC to include, but not limited to factor evaluation systems (FES), Position Descriptions (PD), narrative systems, supervisory guide (GSSG) requirement standards. Receives and reviews position classification requests for PD adequacy and adherence to local position management guidance, ensuring that requests have sufficient justification and documentation to warrant the proposed action. Drafts and assembles classification packages requiring higher authority, applicability of classification standards on position grading, and other issues relating to MSFSC's position management functions. Contract Line Items (CLINs): CLIN 1001: Classification and Position management support services (base period) CLIN 1002: Travel (base period) CLIN 2001: Classification and Position management support services (1st option period) CLIN 2002: Travel (2nd option period) CLIN 3001: Classification and Position management support services (2nd option period) CLIN 3002: Travel (3rd option period) CLIN 4001: Classification and Position management support services (3rd option period) CLIN 4002: Travel (4th option period) CLIN 5001: Classification and Position management support services (4th option period) CLIN 5002: Travel (4th option period) Contract performance shall take place at the Naval Station, Norfolk, Virginia 23511. The scheduled period of performance: base period 01 October 2011 - 30 September 2012, 1st option period 01 October 2012 - 30 September 2013, 2nd option period 01 October 2013 - 30 September 2014, 3rd option period 01 October 2014 - 30 September 2015, and 4th option period 01 October 2015 - 30 September 2016. See attachment for the detailed Performance Work Statement. See attachment for Wage Determination No. 2005-2543 (Revision No. 13 dated 06/13/2011). Compliance with it is mandatory. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 52.252-2 Clauses Incorporated by Reference The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by full text: 52.212-1 (ADDENDUM) Additional Instructions to Offerors-Commercial Items 1. REQUIREMENTS FOR SUBMISSION OF PROPOSALS (FEB 2000) (MSC) (a)General: Offerors shall (1) provide an original and one paper copy of Volume I, (2) ensure no pricing information is contained in Volume I, and provide pricing in response to the Request For Quote. Facsimile proposals will not be accepted. (b)Proposal Content: The Performance Work Schedule Technical Exhibit 1 = Qualification Requirements states the knowledge/qualifications required. The technical proposal is limited to fourteen (14) pages excluding appendices and should address the knowledge/qualifications required. 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Capability 2. Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 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 15 days. (End of Clause) 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 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 45 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. (End of Clause) This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 27 July 2011 at 1600 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Dougla.Ernest@navy.mil or faxed via 757-443-5979 Attn: Doug Ernest. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. QUESTIONS: All questions shall be sent to Doug Ernest at douglas.ernest@navy.mil by the close of business of 18 July 2011. Answers will be provided in an amendment to solicitation NLT 22 July 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-11-T-6100/listing.html)
 
Place of Performance
Address: Contract performance shall take place at the Naval Station, Norfolk, Virginia 23511., Norfolk, Virginia, 23462, United States
Zip Code: 23462
 
Record
SN02490942-W 20110708/110706235152-b5cb4e210b924c7543af9457073b7e8a (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.