SOLICITATION NOTICE
R -- Non-Personal Service Support - Human Rights Initiative Doctrine and Training.
- Notice Date
- 7/12/2007
- Notice Type
- Solicitation Notice
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- U.S. Army Base Operations Support Activity-Miami, Westside Plaza II, ATTN: SOBO-DC, 8300 NW 33 Street, Suite 110, Miami, FL 33122-1940
- ZIP Code
- 33122-1940
- Solicitation Number
- W811P571386002
- Response Due
- 7/19/2007
- Archive Date
- 9/17/2007
- Small Business Set-Aside
- N/A
- Description
- Contract Line Item Number. Contractor shall provide Non-Personal Services: CLIN 0001 1-each Management Consultant/Academic Advisor; CLIN 0002 2-each Admin Assistants/Activity Managers; CLIN 0003 Overtime (up to but not to exceed 50 hours); CLIN 0 004 TDY/Travel; CLIN 0005 Projects (prepare and execute as outlined at attachment 3); CLIN 0006 Manpower Reporting (https://cmra.army.mil). 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR), Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitute s the only solicitation; proposals are being requested and a written solicitation will not be issued. W811P5-7138-6002 is issued as a request for Proposal (RFP). Please submit your proposals in accordance with (IAW), the Performance Work Statement (attac hment 1) and Performance Requirements Summary (attachment 2). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. 2. The purpose is to support the Human Rights Initiative as directed by the USSOUTHCOM Combatant Commander. 3. Period of performance will consist of twelve months (12 months) and are anticipated to begin in July 2007 and end July 2008, exact start and end dates will depend on final award date. 4. Anyone able to provide the aforementioned services is encouraged to respond. If you are selected you must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov) in order to receive the award. The following provisions and clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.212-1, Instructions to Offerors--Commercial Items; 52.212.2, Evaluation--C ommercial Items; the evaluation criteria stated in paragraph (a) of the provision are as follows: The contract award will be offered to the best value offer made to the Government, considering: 1) Price; 2) Technical, Management and Quality Control; 3) P ast Performance (relevant experience); 52.212-3, Offeror Representations and Certifications--Commercial Items Alternate 1 and also be registered in ORCA (https://orca.bpn.gov/login.aspx); 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212- 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, in paragraph (b) the following apply: 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39 and 52.232-33; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation); 52.217-8, Option to Extend Services: The Government may require continued performance of any services within the limits and at the rates specified in the con tract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of perfomance hereunder shall not exceed 6 months . The Contracting Officer may exercise the option by written notice to the Contractor within 30 days prior to the expiration of the current contract period.; 52.225-14, Inconsistency between English Version and Translation of Contract; 52.222-41, Service Contract Act of 1965, as Amended; Wage Determination Number: 05-2119 rev (3), dated November 6, 2006 are applicable. 52.222-42, Statement of Equivalent Rates for Federal Hires. As prescribed in 22.1006(b), insert the following clause: Statement of Equiv elant Rates for Federal Hires (May 1989), In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Mgmt Consultant/Academic Advisor GS15 - $44.59 - - $19.16 Mgmt Consultant/Academic Advisor GS14 - $37.91 - - $17.10 Mgmt Consultant/Academic Advisor GS13 - $32.08 - - $15.31 Employee Class Monetary Wage -- Fringe Benefits Admin Assistants/Activity Managers GS14 - $37.91 - - $17.10 Admin Assistants/Activity Managers GS13 - $32.08 - - $15.31 Admin Assistants/Activity Managers GS12 - $26.98 - - $13.73 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.237-3, Continuity of Services; 52.252-1, Solicitation Provisions Incorporated by Reference (available at https://farsite.hill.af.mil); 52.252-2, Clauses Incorporated by Reference ( available at https://farsite.hill.af.mil); DFAR 252.201-7000, Contracting Officers Representative; 252.212-7000, Offeror Representations and Certifications-Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Exec utive Orders Applicable to Defense Acquisitions of Commercial Items, in paragraph (a) the following apply: 52.203-3, 252.232-7003, and 252.243-7002; 252.225-7040, Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United S tates; 252.225-7041, Correspondence in English; 252.225-7043, Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States; 252.232-7010, Levies on Contract Payments. Price: Submit a firm-fixed price offer/quote for the effort outlined above and provided in the attachments. ALL INTERESTED PARTIES PLEASE CONTACT MR FABLEY @305-437-2671 OR MS TURNER @305-437-2661 FOR ATTACHMENTS 1, 2 & 3 IN ORDER TO PROVIDE A COMPLETE AND ACCURATE PROPOSAL.
- Place of Performance
- Address: U.S. Army Base Operations Support Activity-Miami, Westside Plaza II ATTN: SOBO-DC, 8300 NW 33 Street, Suite 110 Miami FL
- Zip Code: 33122-1940
- Country: US
- Zip Code: 33122-1940
- Record
- SN01340746-W 20070714/070712221404 (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 |