Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2003 FBO #0477
SOLICITATION NOTICE

R -- Executive Support Services

Notice Date
2/17/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Court Services and Offender Supervision Agency, D. C. Pre-Trial Services Agency, Finance and Administration, 633 Indiana Avenue, NW, Suite 1120, Washington, DC, 20004
 
ZIP Code
20004
 
Solicitation Number
PSA-03-RQ-0188
 
Response Due
2/27/2003
 
Point of Contact
Pamela Durrett, Contracting Officer, Phone (202) 220-5647, Fax (202) 220-5642, - Angela Simmons, Procurement Agent, Phone (202) 220-5644, Fax (202) 220-5642,
 
E-Mail Address
pamela.durrett@csosa.gov, angela.simmons@csosa.gov
 
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 used. Solicitation Number PSA-03-RQ-0188 is issued as a request for quote. The complete statement of work is available in this solicitation. This solicitation is issued as a 100 percent small business set-aside; the NAICS Code is 541611 and the applicable size standard is $6.0M. Court Services and Offender Supervision Agency (CSOSA) was certified in August 2000 as an independent agency under the Executive Branch of the federal government. The District of Columbia Pretrial Services Agency (PSA) is an independent entity with CSOSA. Prior to that date, PSA functioned as an agency under the government of the District of Columbia to provide pretrial supervision and drug testing and treatment to defendants awaiting trial or sentencing within the DC Superior or US District Courts within a fifty-mile radius of D.C. As a certified federal agency, with a local mission supporting the Superior and District Courts, Executive level advisory services are required, on a short-term basis, to provide independent guidance and counsel to the Agency Director addressing leadership topics relevant to Agency requirements which may arise resulting from the complex and demanding federal environment while maintaining a balance with the local mission. The contractor shall provide executive support and advisory services to the Director of PSA. The contractor shall have past experience working in an advisory capacity, at the Executive level, for a federal agency. The contractor shall possess an in depth knowledge of both the Federal and District of Columbia government systems to provide recommendations to the Director on matters of management and leadership. The contractor shall provide advice, opinions, and recommendations for solutions or alternative solutions on management or leadership topics. Services provided on those issues shall be kept confidential between the contractor and the Director. The contractor shall provide written documentation to support advice, opinions, and recommendations if requested by the Director. These contracted services may be required day or night. Due to the availability of the Director, many discussions may be conducted after normal business hours. The contractor may be required to meet in person with the Director, Executive Committee, managers or supervisors, as requested by the Director during normal business hours. The contractor shall be available by telephone, depending on the urgency of the situation, after normal business hours and on weekends. Payment for these services shall be made in accordance with the Prompt Payment Act and in accordance with the terms and conditions of the contract. No reimbursement shall be made for travel expenses, lodging, or time spent traveling to and from the Agency or time required for availability. There will not be any travel required outside the District of Columbia. All invoices shall be prepared in accordance with the Prompt Payment Act requirements and submitted to the Director, via the PSA Senior Contract Officer, for certification of services received. Payments will be made no more than one time per month. Evaluations will be based on the relative past performance and price. Offerors responding to this announcement must provide a list of references from previous work similar in size and scope and shall provide an hourly rate for the proposed services. The Government intends to award this requirement as an Indefinite Quantity contract with a guaranteed minimum order amount of $5,000 and a not to exceed amount of $200,000 over the life of the contract (inclusive of options). This contract shall be in place from the date of award to September 30, 2003 and will include 2-option periods from October 1, 2003 to September 30, 2005. The option period shall be exercised in accordance with the Options Clause at FAR 52-217. The following Federal Acquisition Regulation provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offerors – Commercial; 52.212-2, Evaluation – Commercial Items, The following factors shall be used to evaluation offers: past performance of similar work and price; 52.212-4,Contract Terms and Conditions – Commercial Items; 52.217-8, Option to Extend Services (fill in: 10 days); 52.217-9, Option to Extend the Term of the Contract (fill in: 30 days, 60 days, 5 Years); 52.216-18 Ordering (fill in: date of award through option 2); 52.216-19 Order Limitations (fill in: $1,000, (1) $5,000, (2) $10,000 (3) 5 days); 52.216-22 Indefinite Quantity (fill in: Sep 30, 2004); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-26, Equal Opportunity, 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration; Past performance information shall include a list of three (3) of the most recent and relevant past and present contracts performed for Federal agencies and commercial customers within the last five years. Furnish the following information for each reference: (1) Company name, (2) Service provided, (3) Contracting Officer Name and Phone Number, (4) Contract Number, (5) Contract Dollar Amount, (6) Period of Performance. Relative past performance is considered to be performance of similar services performed as a prime contractor, sub-contractor, or independent consultant. Responses to this requirement shall be provided in writing via e-mail at Pamela.durrett@csosa.gov, or D.C. Pretrial Services Agency, 633 Indiana Avenue, NW, Suite 1100, Attn: Pamela Durrett, Washington, DC 20004, or faxed at (202) 220-5739. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-FEB-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 20-MAR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/CSOSA/DCTSA/WashingtonDC/PSA-03-RQ-0188/listing.html)
 
Place of Performance
Address: DC Pretrial Services Agency 633 Indiana Avenue, Suite 1100 Washington, DC
Zip Code: 20004
Country: USA
 
Record
SN00284660-F 20030322/030320221708 (fbodaily.com)
 
Source
FedBizOpps.gov 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.