Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2005 FBO #1213
MODIFICATION

R -- Temporary Employment Services

Notice Date
3/1/2005
 
Notice Type
Modification
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
Reference-Number-CHR5016
 
Response Due
3/4/2005
 
Point of Contact
Michelle Creenan, Contract Specialist, Phone 301-295-3924, Fax 301-295-1716,
 
E-Mail Address
micreenan@usuhs.mil
 
Small Business Set-Aside
Total Small Business
 
Description
USUHS would like to emphasize the fact that we may rely more on the services of the future awarded order then we have in the past. All questions shall be submitted via e-mail no later then Monday, February 28th. Listed below are questions that have been asked in reference to the combined synopsis/solicitation for temporary employment services, with the answers. • With respect to firms that are on GS schedule, it is mentioned that “this is a request for reduced pricing under FSS Requote Procedure.” What does it mean by requoting procedures? ANSWER: As stated in DFAR 208.404-70 orders that are to be for services and the award amount is expected to exceed $100,00.00, must be placed on a competitive basis. We are required to seek a price reduction from firms that have current contracts with GSA for these services. • Is there a bidder’s list? ANSWER: This is a request for quotes, there is not a bidder’s list. • What is the abstract of bids from the last competition? ANSWER: See Above. • Which positions are subject to the Service Contract Act? ANSWER: The Service Contract Act does not apply, because we are considering FS schedule pricing. • Can vendors who do not have a health and scientific past performance in administrative services still submit a quote? ANSWER: This is a smiplified acquisition and we are not required to disclose the weight for different evaluation factors. A firm will have a good chance of award if multipliers are low and their current customers are happy. We strongly encourage firms to submit quotes. • Will the current contractor be eligible to submit a quote, and will they submit a quote? ANSWER: The current contractor is eligible to submit a quote, but it is up to them if they will. • Who is the program manager? ANSWER: The name of the program manager cannot be released at this time. • Can we schedule appointments to meet with the program manager and the contract specialist to discuss our capabilities? ANSWER: We are not going to schedule any appointments with vendors. Please include your capabilities with your quote. • Will the IDIQ be awarded to one company or multiple companies? ANSWER: It will be awarded to only one company. • What are the insurance requirements? ANSWER: There are no additional insurance requirements, beyond mandated coverage such as Workman’s Compensation requirements and any other insurance that the contractor feels are necessary for liability. • What are the differences of the old Statement of Work compared to the current Statement of Work? ANSWER: The only difference from the last SOW compared to the current SOW is that Federal holidays will be paid to the contractor direct. • What is the average annual salary? ANSWER: The average annual salary is $35,841.37. • Does the multiplier apply to the amount paid to the employee, or the real cost of employment? ANSWER: The multiplier applies to the hourly rate paid to the employee before any deductions. • Are there any leanings towards certain small business types? ANSWER: No. • Given the requirements of federal contractors to now utilize the new ORCA system of online representations and certifications, is it your requirement to also submit a printed form along with the quote? ANSWER: The FAR states that “An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov.” • What are the specific skill sets which USUHS requires? ANSWER: Will be defined as each position is created. • How many background investigations have been required in the past 12 months? ANSWER: There have not been any background investigations in the past 12 months. This is a new requirement. • What is the projected start date? ANSWER: Depends on how many quotes are submitted, length of analysis, negotiation, etc. We are tentativly looking at mid-April if this is agreeable with the selected contra NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-MAR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 21-MAR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USUHS/BethesdaMD/Reference-Number-CHR5016/listing.html)
 
Place of Performance
Address: 4301 Jones Bridge Road Bethesda, MD
Zip Code: 20814
Country: United States
 
Record
SN00772922-F 20050323/050321212925 (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.