Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2007 FBO #2019
MODIFICATION

R -- Acquisition Support

Notice Date
5/15/2007
 
Notice Type
Modification
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
National Labor Relations Board, Division of Administration, Procurement and Facilities Branch, 1099 14th Street, N.W., Washington, DC, 20570, UNITED STATES
 
ZIP Code
20570
 
Solicitation Number
40-070023
 
Response Due
5/17/2007
 
Point of Contact
Henrietta Brox, Acting Chief, Contract and Procurement Section, Phone (202) 273-0731, Fax (202) 273-2849,
 
E-Mail Address
henrietta.brox@nlrb.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 issued. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. _____DESCRIPTION: I. GENERAL SCOPE This effort is to provide acquisition support services to the National Labor Relations Board (NLRB). Contractor personnel shall not perform inherently Governmental activities. The Government contemplates a single award for one (1) full-time position for a four and one-half (4.5) month base period and a one (1) option, not to exceed one (1)year, for either one (1) full-time position or one (1) part-time position. The Contracts and Procurement Section desires to procure the services of a Senior Contract Specialist for acquisition support. The Contract Specialist shall perform support services for contract execution and administration of various types of contractual vehicles, ranging in complexity from simplified acquisition to formal source selection and contract close-outs. OBJECTIVES The purpose of this statement of work is to provide acquisition support services to the NLRB?s Procurement and Facilities Branch, Contracts and Procurement Section, located in Washington, DC. Specifically, the Contractor shall provide experienced and qualified expertise, on a level that is equivalent to DAWIA level II or III, to provide the acquisition support and assistance identified in the statement of work. The Contractor shall perform support services for contract execution and administration of various types of contractual vehicles, ranging in complexity from simplified acquisition to formal source selection and contract close-outs. Work assignments shall be made with the expectation that the Contract Specialist will be able to complete assignments independently. BACKGROUND The National Labor Relations Board (NLRB) is an independent Federal agency created by Congress in 1935 to administer the National Labor Relations Act, the primary law governing relations between unions and employers in the private sector. The statute guarantees the right of employees to organize and to bargain collectively with their employers or to refrain from all such activity. The NLRB has two principal functions: (1) to determine, through secret ballot elections, the free democratic choice by employees whether they wish to be represented by a union in dealing with their employers and, if so, by which union; and (2) to prevent and remedy unlawful acts, called unfair labor practices, by either employers or unions. The Agency processes only those charges of unfair labor practices and petitions for employee elections that are filed with the NLRB in one of its 51 Regional, Sub-regional, or Resident Offices. The Procurement and Facilities Branch, Contracts and Procurement Section, located in Washington, DC, is responsible for the planning, development, coordination, and execution of a comprehensive procurement program for the purchase of open market and other sources, and/or lease of diversified types of supplies and services. The Contracts and Procurement Section also provides a centralized acquisition office for the NLRB for its Headquarters and 51 Field Offices. PLACE OF PERFORMANCE / HOURS OF OPERATION Work for this contract will be performed at the NLRB?s 1099 14th Street, NW, Washington, DC office. The Government expects the benefit of Government Site Rates for personnel working on a Government site, where the Government provides office space and normal business facilities for use by Contractor personnel. Contractor personnel are expected to conform to the Government client?s normal hours of operation. Normal hours of operation are Monday through Friday, 8:00 a.m. to 5:00 p.m., with the core hours from 9:00 a.m. to 4:00 p.m. During the base period, the Contractor is expected to work eight (8) hours a day, Monday through Friday, during the core hours. A contractor is expected to be on-site every day, for the full eight (8) hours. In the event the on-site contractor is unable to report, a backup contractor shall report. In the event the on-site contractor is unable to provide a full eight (8) hours of service, in any given day, the hours must be made up prior to the end of the monthly invoice cycle. During the option period, the Contractor is expected to work a minimum of three (3) days a week. Hours per week will be determined at exercise of option. Additional hours may be required during surge periods. The NLRB will be closed on the following Federal Holidays: New Year's Day, Martin Luther King Jr.'s Birthday, President?s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. PERIOD OF PERFORMANCE This effort will consist of a four and one-half (4.5) month base period and a one (1) year option. The estimated start date for the base period will be 21 May 2007. The option period, if exercised, would begin on October 1, 2007. GOVERNMENT FURNISHED EQUIPMENT / GOVERNMENT FURNISHED ITEMS (GFE/GFI) The Government will provide the following: office space, personal computer, including necessary applications, business supplies, communication equipment, to include telephone, facsimile, e-mail, and computer resources for Contractor personnel, while working onsite. The Contractor shall return all GFE/GFI to the Government upon completion of the contract. II. GENERAL TASKS The Contractor shall assist the NLRB?s Contracts and Procurement Section staff in the award and administration of procurements. Projects will be assigned by an NLRB Contracting Officer. The Contractor may be responsible for a variety of duties to include the complete processing of simplified acquisitions and technically complex contractual actions, from review and assistance with requirements documents, and development of solicitation documents, through negotiation to contract award and administration and close-out. Typically, this would include reviewing and advising clients of the preparation of Statement of Work, the preparation of Requests for Proposals (RFP), in accordance with FAR Part 15 or Request for Quotations (FAR Parts 8, 12, 13, and 14), guiding individuals through the evaluation of proposals and quotes, and preparing the award documents for approval by the NLRB Contracting Officer. All work shall be processed in accordance with the requirements of the Federal Acquisition Regulations and NLRB policy and procedures. Additionally, the Contractor shall: A. Work with Purchasing Agents, Contract Specialists, and Contracting Officers to provide all necessary support and assistance in preparing, processing, and/or reviewing contractual actions and delivery/task/purchase orders. B. Take all appropriate actions and prepare all draft supporting documentation for award and administration of contracts and delivery/task/purchase orders. Documents include, but are not limited to, Determination and Findings (D&Fs), Justification and Approvals (J&As), Memorandum for Record (MFR), Price Negotiation Memorandums (PNMs), chronology logs, FPDS and contract and assistance instruments. C. Provide assistance and support to customers and end-users in creating and generating their requirement packages; i.e., Statements of Work, Performance Work Statements (PWS) and Quality Assurance Surveillance Plans (QASP), justifications for other than full and open competition (JOFOCs), market research, independent Government cost estimate (IGCE), brand name justifications, etc. D. Provide assistance and support to customers by providing advice on their acquisition-related roles, as well as the development and implementation of acquisition strategies needed to assure that supplies and services are available when needed to meet mission requirements. E. Review contracts, orders, inter-agency agreements and contract file documentation for accuracy and update accordingly. F. Provide assistance and support to financial personnel to reconcile invoices, deobligate funding, and close out contracts and orders. G. Provide assistance and support to customers in understanding acquisition planning, to include market research, requirement packages, competition requirements, contract type, methods of contracting, etc. III. CONTRACTOR QUALIFICATIONS MINIMUM QUALIFICATIONS The Contractor shall possess the following qualifications: (1) Possess Level II or higher DAWIA certification in contracting; (2) Have a minimum of seven (7) years experience issuing solicitations leading to the award of Federal contracts and orders; (3) Possess knowledge of the Federal Acquisition Regulations (FAR) and have practical knowledge of acquisition planning, simplified acquisitions and various contract types, to include firm-fixed-price, time and material, labor hour, and cost reimbursement; (4) Ability to perform basic word processing; (5) Ability to pass NLRB?s internal suitability (clearance) requirements; and (6) Possess a Bachelor?s degree that includes at least 24 semester credit hours in any combination of the following fields: accounting, business, finance, law, contracts, purchasing, economics, industrial management, marketing, quantitative methods, or organization and management. ADDITIONAL PREFERRED QUALIFICATIONS The following qualifications, which are above the minimum qualifications, are preferred: (1) Experience with performance-based acquisitions; (2) Experience with the Momentum Financial Management System; (3) Level III DAWIA certification; (4) Experience with issuing Requests for Proposals (RFPs), in accordance with FAR Part 15; (5) Experience with Interagency Agreements; and (6) Experience with various spreadsheet applications (i.e., Microsoft Excel). IV. DELIVERABLES The Contractor shall provide the following deliverables to the Contracting Officer?s Representative (COR): Deliverable: Status Report-A weekly report identifying the project type, description of project, hours worked/time expended on the project, and the status of the current workload. Due: Weekly-The Monday following the preceding week Deliverable: Timesheets-A log of hours worked, to be recorded on daily sign-in and sign-out sheets. Due: Weekly-close of business, each Friday Deliverable: Invoice-Base Period- an itemized bill for services provided, containing the Contract Specialist's name who provided the services, the month the services were provided and the number of hours worked by each Contract Specialist. Consolidated monthly timesheets, for the hours worked, must be submitted to support the hours charged. Make up hours that are worked in excess of the eight (8) hour billable day, must be noted (i.e., 5/11/07, 4:30 pm to 5:00 pm ? make up for 5/4/07) Billing cycles shall run from the 1st of the month through the 30th or 31st of the month, with the exception of the first month, which shall be billed from the Contractor start date, through the 30th or 31st of the month. Option Period-an itemized bill for services provided, containing the Contract Specialist's name who provided the services, number of hours worked, hourly rate, extended total and the total charge. Timesheets for the hours worked must be submitted to support the hours charged. Due: Monthly-no later than the 10th day following the previous month (i.e., the invoice for services provided in the month of May shall be invoiced no later than June 10, 2007. Deliverable: Other Reports-Other documents and reports as assigned. Due: As requested APPLICABLE PROVISIONS: FAR 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial I. items with their Offers; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (includes the following 52.222-26, 52.222-35, 52.222-36, and 52.222-37). _____PROPOSAL FORMAT. Quotations are to be submitted in the following format: The contractor shall submit a separate technical and cost proposal. Technical proposals need to specifically address and show proficiency in all general task areas, show how minimum qualifications are met or exceeded, include resumes for the Key Personnel, and address how contractor support will be provided eight (8) hours a day, forty (40) hours per week, as well as backup support, in cases of primary Contractor absence. The proposal shall not simply rephrase or restate the Government requirements, but rather, shall provide convincing rationale or information to address how the Offeror meets and or exceeds the requirements outlined above. Offerors shall assume that the Government has no prior knowledge of their facilities, personnel, or experience, and evaluation will be based on the information presented in the Offeror?s proposal. No oral quotes will be honored. The Cost proposal shall include a firm fixed price (FFP) line item for Sr. Contract Specialist services, expected to commence on May 21 and terminate on September 30, 2007. The second line item shall be for the option period and shall be priced on a labor hour basis. Offerors shall submit a cost breakout that, at a minimum, justifies the cost identified by labor category (including wages, overhead, general and administrative expenses, and profit) and number of hours used to calculate the monthly rate. CLIN 0001 - FFP Contract Specialist Services - 4.5 months of service CLIN 1001 - LH Contract Specialist Services - Hourly Rate _____EVALUATION. The Government intends to award a single contract / purchase order, for a firm fixed price base period and one (1) Labor Hour option period, resulting from this solicitation, to the responsible Offeror whose offering represents the best value to the Government, price and other factors considered. This may result in an award to a higher rated, higher priced Offeror, where the decision is consistent with the evaluation factors. Offerors shall be evaluated in accordance with the criteria contained in the solicitation, including technical (capability of the contractor offered to meet the criteria outlined above), and price. Technical capability will be evaluated by how well the proposed contractor(s) meet or exceed the Government requirement and on the company?s plan to keep the position filled and providing capable contractors with the required skill set. Responses shall be submitted NLT 12:00 noon EST 17 May 2007 to: Henrietta V. Brox, of the National Labor Relations Board, by email: Henrietta.Brox @NLRB.gov. POC: (202) 273-0731. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-MAY-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 05-JUN-2007, 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.fbo.gov/spg/NLRB/DA/OPFB/40-070023/listing.html)
 
Place of Performance
Address: National Labor Relations Board, Procurement and Facilities Branch, Contracts and Procurement Section, 1099 14th Street, NW, Washington, DC
Zip Code: 20570
Country: UNITED STATES
 
Record
SN01311078-F 20070607/070606090849 (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.