Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2007 FBO #2098
SOLICITATION NOTICE

U -- Tax Preparation Instruction Services

Notice Date
8/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
541213 — Tax Preparation Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0473
 
Response Due
9/5/2007
 
Archive Date
9/18/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. This solicitation is issued as a request for quotation. FAR Subpart 13.5 procedures are being utilized. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-18. This solicitation is set aside exclusively for small business concerns. The National Institute of Standards and Technology (NIST) has a requirement for training of NIST staff and foreign NIST Associates on-site at NIST in Gaithersburg, Maryland and in Boulder, Colorado to explain U.S. Federal and State tax regulations as they apply to foreign NIST Associates and as they relate to their respective countries, including those with which the U.S. has tax treaties. The Statement of Work is as follows: Statement of Work (SOW) Background: The National Institute of Standards and Technology (NIST) like many other Federal research and development organizations, hosts hundreds (currently 731) of Foreign Guest Researchers (FGR) each year to collaborate with NIST scientists in their research work. Their collaboration contributes significantly to the research ongoing at NIST, and thus, to the NIST mission accomplishment. Tax treaties and the tax rules that apply to foreign nationals is a very complicated area of the U.S. and State tax laws. The NIST accounting staff has no expertise in the many different tax treaties that apply to FGRs home countries. FGRs represent at least 65 to 75 different countries during the course of the tax year with various lengths of stay. Objective: NIST requires training services from a contractor with expertise in foreign tax treaties, as they apply to NIST Foreign Guest Researchers. This training service is a benefit to NIST in attracting world-class guest researchers, and in assisting NIST with the administrative requirements of obtaining the services of guest researchers. Purpose: The Contractor shall train NIST staff and foreign guest researchers on U.S. tax liabilities and obligations for subsistence allowances paid to foreign guest researchers. Contractor Requirements: The contractor shall provide training to NIST staff and foreign guest researchers on-site at NIST to explain U.S. Federal and State tax regulations as they apply and as they relate to the respective countries with which the U.S. has tax treaties. The contractor shall train NIST staff and foreign guest researchers on-site about U.S. tax liabilities and obligations for subsistence allowances paid to guest researchers by NIST which shall include the following: 1. Provide to the COTR one reproducible copy of a written hand booklet explaining U.S. Federal and State tax regulations for NIST Gaithersburg, MD foreign guest researchers and NIST staff, to include tax information for both resident and non-resident aliens. The contractor shall update the hand booklet as necessary throughout the year. 2. Update the above hand booklet (in 1. above) for NIST Boulder, CO Foreign Guest Researchers and Boulder NIST staff to include Colorado State specific information. 3. Provide training and written descriptive materials interpreting tax regulations for NIST foreign guest researchers and NIST staff (Gaithersburg and Boulder), regarding tax obligations and liabilities for resident and non-resident aliens, including providing instructions on completing IRS Form W-8-BEN and determining what treaty benefits apply to foreign guest researchers. 4. Prepare and present an annual one-half day seminar for non-resident aliens and NIST staff at NIST Gaithersburg on tax liabilities and preparation. 5. Prepare and present an annual one-half day training seminar for resident aliens and NIST staff at NIST Gaithersburg on tax liabilities and preparation. 6. Prepare and present an annual one-half day training seminar for non-resident aliens and NIST staff at NIST Boulder on tax liabilities and preparation. 7. Prepare and present an annual one-half day training seminar for resident aliens and NIST staff at NIST Boulder on tax liabilities and preparation. 8. Costs for airfare and costs incurred for lodging, meals, and incidental expenses shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of the travel as set forth in the Federal Travel Regulations prescribed by the General Services Administration. The contract line items for this solicitation are: CLIN 0001: Contractor performance of SOW requirements; Quantity: Not to Exceed 289; Unit: Hours. CLIN 0002: Other Direct Costs including Travel. Contractor travel costs to be reimbursed in accordance with FAR 31.205-46. Quantity: 1; Unit: Lot Period of Performance: The performance period will be from January 1, 2008 through December 30, 2008 with four (4) twelve-month options to extend the term of the contract. Place of Performance: NIST Facility in Gaithersburg, MD and NIST Facility in Boulder, Colorado. For travel cost estimation purposes, the Government anticipates the need for one trip to Boulder, Colorado per year. The resulting contract will be awarded on a time-and-materials basis and the Government will pay for only the hours expended providing the services. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1) Technical Approach (The quality of the proposed approach to satisfy SOW requirements); 2) Past Performance Information (The relevance and quality of prior performance on similar contracts/orders); and 3) Ceiling Price (The amount and realism of the evaluated price). The provisions and clauses may be downloaded at http://www.acqnet.gov.far. The following provisions and clauses shall apply to this solicitation: 52.212-1; FAR 52.212-3; FAR 52.212-4 Alternate I; FAR 52.212-5 (including the following fill-ins: 52.203-6 Alternate I; 52.219-6; 52.219-8; 52.219-14; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33); FAR 52.204-9, Personal Identity Verification of Contractor Personnel; 52.217-9 Option to Extend the Term of the Contract; FAR 52.227-14, Rights in Data - General. Quotation Submission Instructions: The Offeror shall include the following in their quote: (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (4) Price per hour for up to 289 hours and a ceiling amount for travel costs and, if applicable, other direct costs as noted above, and any discount terms; (5) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(k) for those representations and certifications that the offeror shall complete electronically); (6) Acknowledgment of Solicitation Amendments; (7) Past performance information, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (8) A resume of key personnel proposed, to include their name, education, experience, name of current employer, country of citizenship and copy of visa documentation if a foreign national; and (9) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration Interested offerors are invited to review the above SOW and provide a written and electronic response to be received no later than September 3, 2007 addressed to Jill Johnson, Contract Specialist, National Institute of Standards and Technology, 100 Bureau Drive, Stop 1640, Gaithersburg, Maryland 20899-1640; and electronically at jill.johnson@nist.gov. An original and two copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 8 1/2-inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The quote may include the letter of transmittal and shall be limited to twenty (20) single sided pages. Submit quotes arranged by section. Each quote shall include sufficient data to allow the Government to determine the amount and realism of the time-and-materials ceiling price. It is the responsibility of the contractor to confirm NIST's receipt of quote. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. The Government anticipates the award of a time-and-materials type contract on or about September 17, 2007. Interested parties must respond to the solicitation in order to be considered for award of any resultant contract. Potential offerors are requested to direct all questions via e-mail to jill.johnson@nist.gov. See Numbered Note 1.
 
Place of Performance
Address: National Institute of Standards and Technology, 100 Bureau Drive, Gaithersburg, Maryland,
Zip Code: 20899-1640
Country: UNITED STATES
 
Record
SN01382490-W 20070825/070823220712 (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.