Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
SOLICITATION NOTICE

R -- Labor Relations - Collective Bargaining Agreement Support - Attachments

Notice Date
6/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
 
ZIP Code
13662
 
Solicitation Number
6923G518Q0143
 
Archive Date
7/7/2018
 
Point of Contact
Patricia L. White, Phone: (315) 764-3236
 
E-Mail Address
patricia.white@dot.gov
(patricia.white@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Statement of Work 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; quotes (offers) are being requested and a written solicitation will not be issued. Solicitation number 6923G518Q0143 is issued as a request for quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98. The applicable NAICS code is 541612 and the size standard is $15M. The Saint Lawrence Seaway Development Corporation (SLSDC) plans to procure the services of a contractor to support the SLSDC's Management team for the Collective Bargaining Agreement (CBA) negotiations which are to begin during the summer of 2018 as the current CBA expires on September 30, 2018. The scope includes: (1) working with the SLSDC's Management team to prepare for the upcoming negotiations by reviewing all articles of the current CBA, including the Ground Rules; (2) serving as the Chief Negotiator for Management during the CBA negotiations; (3) recording and analyzing all of the negotiated items with their intent as required for Management to properly administer the provisions of the CBA; and (4) providing post negotiations CBA support. The SLSDC also requires the Contractor to develop and present customized labor relations training for SLSDC Management officials to include managers, supervisors, and legal staff. The SLSDC reserves the option to retain the Contractor for up to four additional years for assistance in Administrative Proceedings, providing advocacy and alternative dispute resolution services including assistance with the processing and adjudication phases of Labor Relations cases. Technical and Cost proposals/information is required. See attached Statement of Work for instructions. F ederal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the SLSDC based on price, project understanding, qualifications of team, and experience. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov. FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items, Alternate I, is applicable to this acquisition. The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunities for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.222-41, Service Contract Labor Standards; 52.222-42, Statement of Equivalent Rates for Federal Hires (Human Resources Specialist - GS 11 - $29.33); 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts); 52.222-55, Minimum Wages Under Executive Order 13658; 52.222-62, Paid Sick Leave Under Executive Order 13706. Other applicable FAR provisions and clauses include 52.204-7, System for Award Management (Oct 2016); 52.204-13, System for Award Management Maintenance (Oct 2016); 52.204-18, Commercial and Entity Code Maintenance (Jul 2016); 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (Dec 2013). Response date for receipt of offers/quotes is by 12:00 pm EST, Friday, June 22, 2018. Quotes shall be sent to Patricia White, Contracting Officer, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY 13662 or emailed to patricia.white@dot.gov. This is a total small business set aside procurement. All responsible offerors may submit a quote which shall by considered by the Saint Lawrence Seaway Development Corporation. The SLSDC contemplates award of a time and materials type contract resulting from this solicitation. Offerors must have an active registration in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Full text of FAR clauses and provisions may be accessed electronically at www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/6923G518Q0143/listing.html)
 
Place of Performance
Address: 180 Andrews Street, Massena, New York, 13662, United States
Zip Code: 13662
 
Record
SN04951934-W 20180614/180612230528-556073e7cf32166bcede6f15230d4ef6 (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.