Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOLICITATION NOTICE

R -- Provide technical support for the ERDC Laboratory Personnel Demonstration Project.

Notice Date
8/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
541612 — Human Resources and Executive Search Consulting Services
 
Contracting Office
Vicksburg Consolidated Contracts Office, Vicksburg, ATTN: ERDC, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912HZ-06-T-0044
 
Response Due
9/13/2006
 
Archive Date
11/12/2006
 
Small Business Set-Aside
N/A
 
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 solicitation; quotes are bei ng requested and a more detailed solicitation is available on the Federal Technical Data Solution (FEDTEDS) Web Page at http://www.fedteds.gov/ or at https://www.fedteds.gov/fedteds/start.nsf/frm.VendorLogin?OpenForm&SolicitationNumber=W912HZ-06-T-0044. O fferors should check the FEDTEDS Web Page often for new solicitations and/or changes (AMENDMENTS) to existing ones. Solicitation Number W912HZ-06-T-0044 is being issued as request for quotes (RFQ) with intent to award as a simplified acquisition. The sol icitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-12. This is SET-ASIDE 100% for SMALL BUSINESS under NAICS Code 541612 (SIC 8742) with size standard as $6.5m. The US Army Engineer Res earch and Development Center (ERDC), Vicksburg, Mississippi, has a requirement for providing technical support for the ERDC Laboratory Personnel Demonstration Project. 1. Scope. The objective of the work is to provide technical support for the U.S. Army Engineer Research and Development Center (ERDC) Laboratory Personnel Demonstration Project. 2. Background. The ERDC is reengineering its civilian personnel system to improve laboratory effectiveness. The reengineering is occurring as a personnel management demonstration project under the auspices of the Office of Personnel Management (OPM). T he demonstration project, called Lab Demo, has introduced changes such as replacing General Schedule pay grades and steps with pay bands, simplified position classification, and establishment of stronger links between performance and pay. Lab Demo was authorized by Public Law 103-337 (FY95 Defense Authorization Act) and is intended to give laboratory directors more authority and flexibility in managing their civilian personnel. The intermediate goal of Lab Demo is to have a more capable an d motivated workforce; the ultimate goal is improved scientific quality and performance and improved customer satisfaction with research and development (R&D) products. Under the oversight of OPM, the U.S. Army Engineer Waterways Experiment Station (WES) , Vicksburg, MS, began designing personnel system changes (referred to as interventions) in 1995. In 1997 and 1998 the interventions were announced to the public and the workforce in Federal Register notices (published in March 1997 and March 1998). After several changes and refinements that were based on employee feedback, Lab Demo was implemented at the WES site on September 13, 1998. Headquarters, U.S. Army Corps of Engineers, subsequently decided to consolidate its R&D Laboratories (the Coastal and Hydraulics Laboratory, Geotechnical Laboratory, Structures Laboratory, Environmental Laboratory, and Information Technology Laboratory, a ll co-located at WES; the Topographic Engineering Center (TEC), Alexandria, VA; the Construction Engineering Research Laboratory (CERL), Champaign, IL; and the Cold Regions Research and Engineering Laboratory (CRREL), Hanover, NH) into a single R&D Command . The new command was named the U.S. Army Engineer Research and Development Center (ERDC) and is headquartered in Vicksburg, MS. The business operations (Resource Management, Logistics, Public Works, Security, etc.) at all locations were consolidated int o the ERDC on 1 October 1998, and all technical functions (laboratories and executive elements) were consolidated into the command on 1 October 1999. The ERDC continued R&D at all four locations (WES, CERL, TEC, and CRREL) but now functions as a single Ar my Science and Technology (S&T) Reinvention Laboratory and operates only one Personnel Demonstration Project (see Federal Register, Vol. 63, No. 200, dated October 6, 1998). The proj ect coverage was expanded to cover participating employees at CERL, CRREL, and TEC on October 25, 1999. Lab Demo is being monitored by the Department of Army (DA), the Department of Defense (DoD), and OPM and is being evaluated annually. Public Law 103-337 requires evaluation of personnel demonstration projects to support decisions about permanent changes in the personnel system and to assess the potential value of the interventions for other government agencies. The law also requires extensive workforce training to keep employees informed of personnel system changes resulting from Lab Demo. Evaluation be gan in 1996 in order to establish a pre-implementation baseline; training began in 1998 and will continue as long as Lab Demo is in operation. Lab Demo is being monitored and evaluated annually by DA, DoD, and OPM to track project impacts. At appropriate intervals, Lab Demo will be evaluated by senior laboratory leaders to address overall impacts and by DA and DoD to determine if the project is to be made permanent or terminated. Evaluation results will be used by OPM to assess applicability to other government agencies. 3. Requirements. a. The Contractor shall perform work under this contract in accordance with Title 5 of the U.S. Code (USC), Chapter 71, and in accordance with policies or directives established by the Project Manager for the ERDC Laboratory Personnel Demonstration P roject. b. The Contractor shall perform work in support of the ERDC Personnel Management Demonstration Project, hereinafter referred to as Lab Demo. These activities will involve workforce training (employees, managers/supervisors, and laboratory directors) ; writing revisions to the Lab Demo operating procedures; preparation of generic level descriptors (job descriptions); preparation of specialty codes; development of performance standards for employees; and testing of the employee performance appraisal pro cess for determining performance score and pay adjustments. c. The Contractor will serve as an expert personnel link between the ERDC and the Civilian Personnel Operations Center (CPOC) and the Civilian Personnel Advisory Center (CPAC). The Contractor shall explain to CPAC and CPOC employees the unique provi sions/ requirements of Lab Demo, and how these are distinguished from provisions of the General Schedule, National Security Personnel System, and other personnel systems, in order to facilitate an understanding by and to obtain needed operational support f rom CPAC and CPOC in executing and operating the project. d. The Contractor shall provide expert personnel advice and assistance to the Project Manager and ERDC Leadership in execution and administration of Lab Demo to include: preparation for scoring employee performance; pay-for-performance pay calculati ons; the conduct of annual evaluations; monitoring of project interventions; and assessment of impacts of proposed interventions before they are implemented. e. The Contractor shall participate with the ERDC project staff to modify existing or develop new interventions to Lab Demo. These activities may include providing leadership where required, capturing the interventions developed by the project staff , and reporting the recommended interventions to the Project Manager and ERDC Leadership. The contractor shall perform systems analyses of proposed interventions recommended by the project staff. The analyses shall consider accepted practices in other f ederal personnel demonstration projects. f. The Contractor shall participate in the resolution of problems that arise with current interventions of Lab Demo. Analyses will be conducted to determine root causes of perceived or real problems, and based on the analyses recommendations for any revisions needed will be made. g. The Contractor shall represent the interests of the ERDC, as required, in the deliberations of the Laboratory Quality Improvement Personne l Management (LQIP) subpanel. These activities may include development of legislative packages, policy statements, and waivers as well as research into improved laboratory personnel management practices and processes. h. The Contractor shall participate in evaluating the impacts of the various interventions of Lab Demo. These activities will include interfacing with OPM, DoD, and DA. These evaluations will be conducted in accordance with metrics established in t he Federal Register notice, dated March 25, 1998. Other activities may include conducting focus group meetings of employees and supervisors at all ERDC sites, conducting ERDC surveys, and performing survey analyses. i. The Contractor shall maintain contacts with other federal agencies conducting personnel demonstration projects and participate with teams and in reviews to exchange information and receive other best practices. 4. Special Requirements. a. Services to be provided over the life of the contract will average approximately four days (32 hours) per week. Travel outside the Vicksburg, MS, area (a 60-mile radius) such as to Washington, DC, other ERDC locations, CPOC, and other laboratory sites may be required. The Contractor will be reimbursed for actual travel expenses as outlined in the Joint Travel Regulations (JTR). Per diem and mileage rates will be in accordance with JTR. b. The ERDC will provide the Contractor with office space, to include utilities, and will provide furniture, telephone, and computer. 5. Deliverables. a. Documentation for this contract shall consist mainly of, but not be limited to, required written monthly reports, travel reports, oral reports, and briefings. In addition, the Contractor shall provide the following products: 1. Revised Lab Demo Operating Procedures for ERDC no later than 30 days following managements decision to make a revision. 2. Generic Level Descriptors and Specialty Codes for all ERDC positions no later than 30 days following managements decision to make Level Descriptor and Specialty Code changes. 3. Annual evaluation report no later than 1 May of each year. 4. Implementation schedule and draft Federal Register notice for ERDC approved Lab Demo interventions within 60 days following approval by management. 5. Summary report of annual rating and pay cycle results by 1 January of each year. 6. Annual visits to each ERDC sites to gather evaluation information from groups of employees by 1 February of each year. 7. Summary report of annual evaluation site visits by 1 March of each year. b. All reports shall be in ERDC format. Federal Register notices will follow the format prescribed by OPM. 6. Performance Requirements. Contractor shall provide timely performance without damage to government property or facilities. Notices to the Contractor will be as follows: 1. Contractor typically will be given a two (2) work day notice prior to a special meeting. 2. Contractor typically will be given a five (5) work day notice prior to scheduling overtime services to be performed on a legal public holiday or after normal hours of operations. 3. Contractor typically will be given a five (5) work day notice prior to scheduling a staffing requirement for additional contractor personnel. Task order shall be completed within the time frame established and agreed upon by the Contractor work leade r or supervisor and the Government representative. 4. Contractor typically will be given a two (2) work day notice prior to scheduling local passenger transportation services. 5. Contractor typically will be given a five (5) work day notice prior to scheduling passenger transportation services requiring overnight travel to be performed. This procurement may be quoted as follows: ITEM DESCRIPTION QUANTITY U/I UNIT PRICE TOTAL AMOUNT 0001 1,664.00 Hours $____________ $________________ B ase Year Provide technical support for the USAE Research and Development Center Laboratory Personnel Demonstration Project in accordance with the attached specifications. All Quantities are estimated and will be paid based on actual usage. ITEM DESCRIPTION QUANTITY U/I UNIT PRICE TOTAL AMOUNT 0002 1.00 Lump Sum Not to Exceed $10,000.00 Base Year TRAVEL COSTS. (Travel Costs are Estimated and are NOT TO EXCEED the Total estimated amount without a modification to the contract. The total Estimated amount is not guaranteed. Reimbursement will be for actual travel Expenses as outlined in the Joint Travel Regulations. Per Diem and mileage Rates will be in accordance with the Joint Travel Regulations.) Requests for reimbursement shall be accompanied with receipts. ITEM DESCRIPTION QUANTITY U/I UNIT PRICE TOTAL AMOUNT 0003 1,664.00 Hours $____________ $________________ First Option Year Provide technical support for the USAE Research and Development Center Laboratory Personnel Demonstration Project in accordance with the attached specifications. All Quantities are estimated and will be paid based on actual usage. ITEM DESCRIPTION QUANTITY U/I UNIT PRICE TOTAL AMOUNT 0004 1.00 Lump Sum Not to Exceed $10,000.00 First Option Year TRAVEL COSTS. (Travel Costs are Estimated and are NOT TO EXCEED the Total estimated amount without a modification to the contract. The total Estimated amount is not guaranteed. Reimbursement will be for actual travel Expenses as outlined in the Joint Travel Regulations. Per Diem and mileage Rates will be in accordance with the Joint Travel Regulations.) Requests for reimbursement shall be accompanied with receipts. ITEM DESCRIPTION QUANTITY U/I UNIT PRICE TOTAL AMOUNT 0005 1,664.00 Hours $____________ $________________ Second Option Year Provide technical support for the USAE Research and Development Center Laboratory Personnel Demonstration Project in accordance with the attached specifications. All Quantities are estimated and will be paid based on actual usage. ITEM DESCRIPTION QUANTITY U/I UNIT PRICE TOTAL AMOUNT 0006 1.00 Lump Sum Not to Exceed $10,000.00 Second Option Year TRAVEL COSTS. (Travel Costs are Estimated and are NOT TO EXCEED the Total estimated amount without a modification to the contract. The total Estimated amount is not guaranteed. Reimbursement will be for actual travel Expenses as outlined in the Joint Travel Regulations. Per Diem and mileage Rates will be in accordance with the Joint Travel Regulations.) Requests for reimbursement shall be accompanied with receipts. ITEM DESCRIPTION QUANTITY U/I UNIT PRICE TOTAL AMOUNT 0007 1,664.00 Hours $____________ $________________ Third Option Year Provide technical support for the USAE Research and Development Center Laboratory Personnel Demonstration Project in accordance with the attached specifications. All Quantities are estimated and will be paid based on actual usage. ITEM DESCRIPTION QUANTITY U/I UNIT PRICE TOTAL AMOUNT 0008 1.00 Lump Sum Not to Exceed $10,000.00 Third Option Year TRAVEL COSTS. (Travel Costs are Estimated and are NOT TO EXCEED the Total estimated amount without a modification to the contract. The total Estimated amount is not guaranteed. Reimbursement will be for actual travel Expenses as outlined in the Joint Travel Regulations. Per Diem and mileage Rates will be in accordance with the Joint Travel Regulations.) Requests for reimbursement shall be accompanied with receipts. ITEM DESCRIPTION QUANTITY U/I UNIT PRICE TOTAL AMOUNT 0009 1,664.00 Hours $____________ $________________ Fourth Option Year Provide technical support for the USAE Research and Development Center Laboratory Personnel Demonstration Project in accordance with the attached specifications. All Quantities are estimated and will be paid based on actual usage. ITEM DESCRIPTION QUANTITY U/I UNIT PRICE TOTAL AMOUNT 0010 1.00 Lump Sum Not to Exceed $10,000.00 Fourth Option Year TRAVEL COSTS. (Travel Costs are Estimated and are NOT TO EXCEED the Total estimated amount without a modification to the contract. The total Estimated amount is not guaranteed. Reimbursement will be for actual travel Expenses as outlined in the Joint Travel Regulations. Per Diem and mileage Rates will be in accordance with the Joint Travel Regulations.) Requests for reimbursement shall be accompanied with receipts. FAR Provision 52.212-1, Instructions to Offerors - Commercial, and FAR Provision 52.212-2, Evaluation  Commercial Items, applies to this acquisition. The evaluation of technical capability and past performance will be accomplished without reference to pr ice. These non-cost factors, when combined, are more important than price. The technical capability of the offeror is considered more important in the evaluation than past performance. Price will be evaluated but will not given an adjectival rating. Off erors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commerical Items, with its offer. The Clause 52.212-4, Contract Terms and Conditions, applies to this acquisition. The Clause at FAR 52.212 -5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. If you are not registered in the CCR, an award CANNOT be made to your company. You may register electronically at http:/ /www.ccr.gov. Registering electronically will expedite the registration process acquisition. Quotes are due 13 September 2006 by 1645 hrs at Vicksburg Consolidated Contracting Office, ATTN: Traci K. Hoofman, 4155 Clay Street, Vicksburg, MS 39183-3435. For information concerning this solicitation contact Traci K. Hoofman at (601) 631-5837 or email at Traci.K.Hoofman@mvk02.usace.army.mil. This procurement is SET-ASIDE 100% for SMALL Business.
 
Place of Performance
Address: Vicksburg Consolidated Contracts Office, Vicksburg ATTN: ERDC, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN01127761-W 20060830/060828221518 (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.