Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2006 FBO #1504
SOLICITATION NOTICE

H -- Quality Assurance Project Management Service

Notice Date
1/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV-06-T-0019
 
Response Due
1/13/2006
 
Archive Date
3/14/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is 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 announce constitutes the only solicitation; quotes are bein g requested and a written solicitation will not be issued. The solicitation number is W91YTV-06-T-0019. The acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-06. The Eisenhower Army Medical Center, Fort Gordon, Georgia 30905 has a requirement for non personal services for a Quality Assurance Project Manager. This support may include interaction as required with Army medical tre atment facilities, engineering departments, agency contracting offices and project contractors. This task request will satisfy the EAMC requirement to plan, evaluate, prioritize, estimate and manage and assure quality for the installation of medical equipm ent and small project work. The Contractor shall provide a Quality Assurance Manager on a full-time basis to provide non-?personal professional services to perform tasks as specified in this delivery order in support of EAMC. Contractor shall be availab le to start work immediately upon the award of the contract. Proposed period of performance is from 23 January 2006 through 30 September 2007 inclusive of 1 one year option period and will normally be 8 hours per day, 5 days per week, excluding Governme nt holidays. Total hours of performance shall not exceed the number of hours ordered in the schedule. Contractor personnel shall not work more than 40 hours per week. Subject to prior approval, variations in work schedules are acceptable when the total con tract hours are not exceeded and no obligation is incurred that would require contract personnel to be paid overtime. Building 300 Ft Gordon, Georgia. The Contractor shall not employ any employee of the United States Government or the Department of Def ense, either military or civilian, if such an employee would create a conflict of interest. The Contractor shall not employ any person who is an employee of the Department of Defense, unless such person receives prior approval in writing from the Designate d Agency Ethics Official (DAEO). The Contracting Officer's Representative (COR), with the approval of the Contracting Officer, may require the Contractor to remove from the job site any employee working under this contract for reasons of misconduct or sec urity, or found or suspected to be under the influence of alcohol, drugs or other incapacitating agents. Contractor employees will be subject to dismissal from the premises upon determination y the COR and the Contracting Officer that such action is in the best interests of the Government. SECURITY REQUIREMENTS: a. Contractor personnel or any representative of the Contractor entering a Government facility shall abide by all security regulations and shall be subject to security checks. b. Contractor perso nnel traveling for the purpose of performing temporary duty (TDY) outside the 50 United States, its territories and possessions require an Antiterrorism (AT) and Force Protection (FP) briefing 6 months of travel. IDENTIFICATION BADGES: Contractor personn el on duty shall wear Government-provided identification badges. Identification badges shall be worn on the upper part of the body in clear view. PROPRIETARY INFORMATION: Performance may require the contractor to access data and information proprietary to a Government agency, another Government contractor, or of such a nature that its dissemination or use other than as specified in this statement of work would be adverse to the interests of the Government or others. Neither the Contractor, nor Contractor p ersonnel, shall divulge or release data or information developed or obtained under performance of this statement of work, except to authorized Government person nel or upon written approval of the COR or designated representative. The Contractor shall not use, disclose, or reproduce proprietary data that bears a restrictive legend. Other than is specified in this statement of work, all generated artifacts shall be come the property of the Government and shall be turned over to the COR at the completion of this contract. Travel shall be required in the performance of this tasking. All travel shall be coordinated and approved by the Chief, Facility Management, EAMC, Fort Gordon, GA 30905 and appropriate Government personnel. Travel shall be paid in accordance with US Army Joint Travel Regulations. Contractor shall utilize Government lodging when available. CONTRACTOR HIRING APPROVAL: The Contractor will provide a r esume for the potential Quality Assurance Manager to the Contracting Officer, as part of this request for proposal. The contractor will be provided work space and applicable equipment and will ensure the care, custody and safe keeping of supplies and equi pment. The Contractor shall not use property provided by the Government for any purpose other than in the performance of this contract. The Government will provide the Contractor access and use of necessary Automated Information Systems hardware, softwar e, operating manuals and office space and furnishings to perform required services. The Government will provide the Contractor with a marked access cards/key to the facility and equipment when required in the performance of this statement of work. The Co ntractor is responsible for adhering to all access security requirements of the organization covered by this statement of work. The Contractor is responsible for adhering to all access security requirements of the medical treatment facility covered by th is statement of work. MINIMAL ESSENTIAL QUALIFICATIONS: a. Contractor will have basic working knowledge of engineering principles, quality assurance and project management. Shall possess a college degree in one of the engineer disciplines (electrical, mechanical and industria l), five years experience with minimum of two years in Army Medical Treatment Facility. b. Contractor level of previous experience needs to demonstrate communication and organization skills at tasks/functions as they are outlined. c. Contractor level of previous experience needs to demonstrate communication and organization skills at task/functions as they are outlined. d. Contractor will possess advanced working knowledge of AutoCAD. SPECIFIC TASKS: a. Coordinate with engineering personnel and appli cable directives to assure proposed projects meet criteria for completion and do not exceed dollar thresholds Assist Facility Manger (FM) in the identification and prioritization of potential work to be completed. b. Work with customers and engineering groups for the comprehensive development and review of technical data. Identifies potential bottlenecks that may impact the timely and successful completion of work. Ensures essential elements (i.e. electrical requirements, signage, casework, etc.), unknow n or omitted by the customer, are included in project specifications. If required, conduct field investigations of proposed work to ensure project data is accurate and complete. c. Evaluate proposed projects to ensure any code issues are resolved an d to ensure they do not conflict with any current or planned projects. d. Write specifications for proposed projects and medical equipment installation. Create simplified line drawings and develop cost estimates for proposed projects. Assembles complet e bid packages for agency contracting personnel to facilitate rapid contracting actions for small-dollar construction projects. e. Develop project schedules, logs, reports and status as directed by FM or staff. Attend project and design meetings and lead such meetings in the absence of other supervisory staff. Assist in the resolution of design or work coordination problems. f. Plans an d Reviews: Based on general policy guidance furnished by the Facilities Management Chief and/or Government Regulations, the incumbent Plans and reviews facilities engineering requirements. Determines from a review and analysis of work, objectives, requirem ents, current procedures, timeframes, and coordination requirements, the most feasible and appropriate manner and method of accomplishment. g. Considers the nature and scope of, present operations, equipment, layouts, suitability of facilities, costs, dra wings and documentation requirements, and the applicability of engineering practices. h. Interprets, selects, adapts, and determines procedural steps or approaches to attain objectives and/or requirements and utilizes practical experience gained from th e resolution of previous lessens learned. Uses shop practices when required. i. Collects, organizes, and evaluates data (e.g., requirements, changes, technical features, etc.) where indicated for support or refutation of proposals. DELIVERABLES: The co ntractor shall submit a project status report as required by the FM, EAMC. The format for this report will be developed by FM, EAMC and provided to the contractor within 30 days of the date of award of this contract. The contractor will be required to subm it additional special reports that may range from individual work status to overall program financial status. When required, the contractor will submit these reports within the timeline established by FM, EAMC. Trip reports on all travel outside Fort Gord on, Georgia are due to the FM, EAMC within 7 working days after completion. The report will include as a minimum the location, inclusive dates, purpose, primary attendees, significant observations/discussions and action items assigned. The complete Perfo rmance Base Work Statement is available upon request. CLIN 0001 - QA Project Manager (Base Year) (Regular hour hourly rate) 1920 hr at unit price of $________ per hour Total $__________; CLIN 0002  QA Project Manager (Option Year) (Regular hour hou rly rate) 1920 hrs at a unit price of $________ per hour Total $__________; Hours are estimated, contractor shall be paid for actual hours worked. Total Price for Base plus Option $____ _______. The requirement is firm fixed price for t he procurement of this service with a place of performance at the Dwight David Eisenhower Army Medical Center, Fort Gordon, Georgia, 30905. The North American Industry Classification System Code (NAICS) for this procurement is __________ The provisions a t FAR 52.212-1, Instructions to Offerors-Commercial, apply to this acquisition. FAR 52.212-2  Evaluation- The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantages to the Government, price and other factors considered. Evaluation factors of (1) Management Capability and Qualifications  Offers will be considered only from contractors who are qualified to perform services, documentation is required. (2) Past Performance  The contractor should describe the past experience in providing the services specified in this solicitation within the past three (3) years. No more than three (3) references from all firms for whom you have been providing similar service within the last three years are to be submitted with your. (3) Availability Start time of immediately upon the award of the contract on or about 23 January 2006. (5) Price (Total price for Base Period including Option Year. Past Performance, Management Capability, Qualifications, and Availability when combined, are of more importance when compared to price. The Government reserves the right to determine what constitutes more important in technical capability, past performance and availabilit y. The Government reserves the right to evaluate offerors prices on the basis of price realism and will consider the offerors price as an indication that they understand the scope of the Governments requirement. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items must be included with the offer. FAR 52.212-4, Contract Terms and Conditions--Commerci al Items applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, FAR 52.219-6, Notice of Total Small Business Set a-side, FAR 52.232-33, Payment by Electronic Funds Tra nsfer-Central Contractor Registration, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998), DFAR Clause 252.201-7000 Contracting Officer Representative, DFAR Clause 252.232-7003, Electronic Submission of Payment Requests (Jan 2004), D FAR Clause 252.2014-7004 Alt A, Required Central contractor Registration Alternate A (Nov 2003). FAR 52.237-2- Protection of Government Building, Equipment and Vegetation (Apr 1984), FAR 52,212-8, Option to Extend Services (Nov 1999) (fill-in, 15 days), FAR 52.237-3 Continuity of Services. FAR 52.237-2  Protection of Government Building, Equipment, and Vegetation (Apr 1984), FAR 52.217-9  Option to Extend the Term of the Contract (Mar 2000) (fill in 15, 30 days, 24 months). Full text of provisions a nd clauses may be accessed electronically at the following address: http://www.arnet.gov/far. Quotes are being requested and a written solicitation will not be issued. All responsible sources should submit quotes to Carolyn Lovett via fax (706)787-6573 o r email: carolyn.lovett@amedd.army.mil by 4:00 pm. EST, January 13, 2006.
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
Country: US
 
Record
SN00962509-W 20060108/060106212337 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.