MODIFICATION
R -- Recruitment Services
- Notice Date
- 3/31/2008
- Notice Type
- Modification
- NAICS
- 541612
— Human Resources Consulting 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
- 20899-1640
- Solicitation Number
- SB1341-08-RQ-0185
- Response Due
- 4/9/2008
- Archive Date
- 4/24/2008
- Point of Contact
- Cheryl Coxen, Contract Specialist, Phone 301-975-8838, Fax null
- E-Mail Address
-
cheryl.coxen@nist.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This amendment post solicitation number SB1341-08-RQ-0185. See text below.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, - Streamlined Procedures for Evaluation and Solicitation for Commercial Items- as supplemented with additional information included in this notice. FAR Part 13, Simplified Acquisition Procedures, are utilized in this procurement. The solicitation number is SB1341-08-RQ-0185. The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24.This announcement constitutes the only solicitation. Quotes are being requested, and a written solicitation document will not be issued.This Request for Quotation (RFQ) is being conducted as a competitive procurement. This is a 100% Small Business Set Aside. See Note (1).The NAICS Code for this requirement is 541612. The size standard is $6.5M. It is incumbent upon prospective offerors to monitor www.fbo.gov for any potential amendments to this RFQ.The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. The following clauses apply to this acquisition: 52.219-6 Notice of Total Small Business Set Aside (Jun 2003) 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (Nov 2006), including the following fill-ins: 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Apr 2002) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36 Affirmative Action for Workers with Disabilities (Sep 2006) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) The aforementioned provisions and clauses may be viewed online at www.acquisition.gov/far . Prospective Offerors are strongly encouraged to read all applicable provisions and clauses as noted above. HOW TO SUBMIT A QUOTATION: Quotations may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. Quotations should include the following items: (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the offeror; (4) Terms of any express warranty; (5) Firm-fixed-price (FOB Destination) and any discount terms, if applicable; (6) Number of days for delivery after Contractor acceptance of the purchase order. (7) 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); (8) Acknowledgment of Solicitation Amendments; (9) Past performance information for the Offeror, 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); (10) If the offer is not submitted on the Standard Form 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; and PERIOD FOR ACCEPTANCE OF OFFERS: Issue date: March 28, 2008 Offer due date: April 9, 2008; 4:00pm. The offeror agrees to hold the prices in its quotation firm for 30 calendar days from the date specified for receipt of quotations, unless another time period is specified in an addendum to the solicitation. Solicitation QUOTE INSTRUCTIONS The following information and documents are required for submission in response to this solicitation, in accordance with the guidelines outlined below: (a) Form (i) Use of the Form - The Solicitation/Contract/Order for Commercial Items (Standard Form 1449), is to be executed fully and used as the cover sheet (or first page). (ii) The quote shall be typed, double-spaced, with one inch margins, using Courier 10 pitch type (or equivalent) and printed, unreduced in size, on 8-1/2 inch by 11 inch paper, not exceeding 25 pages single sided (exclusive of resumes, past performance, graphs or tables). (iii) It is the responsibility of the offeror to confirm and maintain receipt of quote, delivery date, and time and ensure delivery is on time. (vi) Signature Authority - The person signing the form must have the authority to commit the offeror to all of the provisions of the proposal, fully recognizing that the Government has the right, by terms of the Solicitation, to make an award without further discussion if it so elects. Offerors shall submit their quotation in three (3) separate sections (Technical, Past Performance and Price) to cheryl.coxen@nist.gov so that they are received at those email addresses at or before the exact time specified in this solicitation. Section I- TECHNICAL Provide a detailed technical approach for satisfying the requirements outlined in the Statement of Work. (SOW). The technical approach should address each of the specific requirements and should reflect a clear understanding of the nature of the work to be performed. Section II- PAST PERFORMANCE The Offeror shall include the following: a. A summary of relevant(same or similar) contracts for services for the PAST 3 YEARS with federal, state or local governments and/or commercial firms. Information MUST be for same scope or similar services (Scope is defined for this requirement as meaning same in size and cost of services. Similar means contracts, or a concurrent combination of contracts, for similar type or comparable in complexity). b. If offer is in any relationship with another firm, to include but not be limited to, partnering, teaming, or subcontract, past performance shall be provided. c. The summary will not exceed a half page for each past performance reference. d. While the government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the offeror. e. For each of the above listed contracts, the following information shall be provided. (i) Contract Number (ii) Description and relevancy of services to solicitation requirements. (iii) Period of Performance. Indicate by month and year the start and completion (or "ongoing") dates for the contract. (iv) Name and address of the client (government or private), and name, telephone number, email address of a point of contact of the client responsible for this contract. ENSURE YOU PROVIDE CURRENT TELEPHONE NUMBERS/EMAIL ADDRESSES. (v) Contracting Office. If a Government contract (federal or state), identify the Procuring Contracting Officer, Administrative Contracting Officer, and/or Contracting Officer's Representative (COR), and their names, telephone numbers, and email address. ENSURE YOU PROVIDE CURRENT TELEPHONE NUMBERS/EMAIL ADDRESSES OF PERSONNEL ADMINISTERING YOUR CONTRACTS. (vi) Contract Performance. A brief summary of performance provided. (vii) Offeror may include: Information on problems encountered on the contracts described above and corrective actions taken to resolve those problems, or enhancement of services offered that expanded and/or supplemented inpatient/outpatient services. (viii) Any quality awards or certifications, letters of special awards received with respect to performance of services. The offeror shall describe when the award, certification, etc., was received, and may provide as an attachment to this Part. SECTION III- PRICE Price must be separate from the technical quote and shall include the following: Offerors shall provide fixed hourly labor rates required for each labor categories to be utilized in the Offer Schedule during the period of performance. The labor categories, hours and fixed labor rates proposed shall broken out separately based on the requirements articulated in the Statement of Work. EVALUATION FACTORS FOR AWARD: The Government intends to award a firm-fixed-price purchase order to the responsible Offeror whose quotation represents the best value to NIST, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1: Technical Approach; Factor 2: Past Performance; and Factor 3: Price. 1) Technical and past performance, when combined is more important than price. 2) Technical Factor is more important than Past Performance. 3) The Government reserves the right to award to other than the lower-priced offer for better technical capability and/or better performance records. 4) The total evaluated price must be reasonable, and any additional expense must be justified by a corresponding value for technical merit, or an expectation of greater quality of performance. 5) The Contracting Officer will exercise the trade-off analysis among the factors, leading to the ?best value? decision. 6) Evaluation Criteria. The following is the evaluation criteria for each factor and any sub-factors under that factor. Factor 1 ? TECHNICAL APPROACH a. The technical approach will be evaluated on the degree of the Contractor's understanding of the requirements, including the soundness of the Contractor's proposed methodology to effectively meet and comply with the tasks outlined in the Statement of Work (SOW)-Attachment (1). FACTOR 2 - PAST PERFORMANCE Evaluation of this factor will be based on the performance by the Contractor and its subcontractor(s) as it relates to all solicitation requirements, including the quality of services and products, timeliness of performance, and customer satisfaction; and indication of ability to improve performance through proactive management. FACTOR 3 - PRICE. Price will be evaluated for reasonableness in consistency with the technical approach. TERMS AND CONDITIONS FOR RESULTANT PURCHASE ORDER: Clause 52.212-4 and clause 52.212-5 (with appropriate fill-ins as noted above) will be the only terms and conditions for the resultant purchase order. These clauses are required by the Federal Acquisition Regulation (FAR) to be included in each commercial item purchase order. PAYMENT TERMS FOR RESULTANT PURCHASE ORDER: No advance payments will be authorized. The Contractor may only submit an invoice after the Contractor delivers them to the Government and the Government thereafter accepts them. INQUIRIES REGARDING THIS RFQ: Potential Offerors shall submit any questions regarding this RFQ in writing to cheryl.coxen@nist.gov no later than April 2, 2008. Oral inquiries will not be entertained. Clauses 1. NIST LOCAL_04 BILLING INSTRUCTIONS (Reference) 2. 1352.237-72 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Department of Commerce Site (Low Risk Contracts) (Reference) 3. CAR 1352.239-73 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (OCT 2006) (Reference) 4. 1352.211-70 Statement of Work/Specifications (Dec 2007) Background The National Institutes of Standards and Technology (NIST)Center for Neutron Research (NCNR) is a large laboratory facility consisting of a suite of instruments that measure the interaction of radiation with various materials to study their structure and properties. The NCNR maintains a wide variety of instruments that allows great flexibility in the type of samples and phenomena that can be studied and measured. Because of continually emerging technology and measurement applications, concepts and opportunities for new instrumentation and upgrades to existing instrumentation continually arise. To maintain the current position of the NCNR as a world leader in neutron scattering facilities, the NCNR employs a staff of scientists and engineers whose purpose is to carry out projects for new instrumentation or enhancements to existing instrumentation. The NCNR operates as a national user facility and the majority of research performed here is conducted by external users that are granted instrument time through a proposal review and selection process. Currently, the NCNR cannot meet the demand rate for instrument time and many potentially important and valuable experiments must be rejected or postponed. As neutron scattering gains recognition as a powerful research tool for advancing U.S. technological expertise, the gap between demand and availability will only widen. In response to this situation, the NCNR has recently engaged in an expansion to its research facility. The expansion will add five new cold neutron beams and a suite of five new instruments operating in a new guide hall adjacent to our present cold neutron guide hall. To supply the engineering resources required for the facility expansion in addition to completing the projects that the NCNR is currently engaged in will require enhancing the current engineering staff. A resource analysis has identified the need for a minimum of one mid- to senior level mechanical design engineer that, in addition to performing engineering design tasks, is capable of independently leading an instrument development team and coordinating contract acquisitions with the Technical Information Contact (TIC). Finding possible candidates with the required qualifications and experience has been difficult and this requirement is for procuring the services of a recruitment agency to supplement ongoing NCNR recruitment efforts by locating, screening, and performing reference checks on a pool of possible candidates and providing the NCNR a list of candidates meeting the Office of Personnel Management (OPM) qualification requirements for the GS-830 Mechanical Engineering Series. Candidates will be directed to the Government websites for Professional Engineering positions and systems for participation in the competitive service procedure. Description of Requirement Contractor support is required to locate and identify qualified candidates for inclusion in the selection process for federal employment, specifically related to a vacancy posted by the NIST/NCNR or the Direct Hire system. The process may vary, but might include advertising, personnel database searching, web posting, resume screenings, interviews, and reference checks. The final deliverable will be a package containing a list of bona fide candidates that meet the minimum job requirements. This package will contain all materials used to screen these candidates (resumes, reference check documentation, interview notes, etc.) as well as current contact information for the candidates. Individuals on this list will be directed by the Government to the Government websites where they can register for consideration in the normal competitive selection process for federal employment. 1. Input Specification a. Minimum Requirements: 1. U.S. Citizenship 2. Ability to meet Federal Government eligibility requirements 3. B.S. in Mechanical or Aerospace Engineering from an accredited institution 4. 8 years of experience in the mechanical design field following degree completion 5. Demonstrated proficiency in designing complex mechanical assemblies and structures requiring the application of mechanical engineering principles in the areas of: 6. safety and 7. static and dynamic analysis and 8. strength of materials and 9. kinematics and 10. one or more of the following disciplines: 1.a.10.1. thermodynamics 1.a.10.2. fluid dynamics 1.a.10.3. energy conversion 1.a.10.4. heat transfer 1.a.10.5. vacuum technology 1.a.10.6. automatic controls/robotics 1.a.10.7. pneumatics/hydraulics 11. Demonstrated proficiency using 3-D CAD software 12. Demonstrated proficiency using common computer applications ( for example, Microsoft Office WORD, EXCEL) 13. Good technical writing skills 14. Good interpersonal skills 15. Good communication skills b. Preference will be given to candidates with: 1. Experience in component or systems procurement and acquisition under a competitive source selection process similar to that in use by the Government. 2. Demonstrated proficiency using FEA (Finite Element Analysis) 3. Demonstrated proficiency using project planning software (for example Microsoft PROJECT, Primavera, etc.) 4. Demonstrated project or team leadership 2. Process Specification a. The process(es) for performing the personnel search, soliciting candidates, screening candidates, performing reference checks, performing interviews and reporting the results are the responsibility of the contractor. The process(es) followed shall be consistent with the process(es) described by the contractor in the proposal submitted in response to the Request for Proposal unless modified as a result of pre-award discussions or negotiations in which case, the latter shall be followed. b. Contractor shall supply and be responsible for the management of all personnel, facilities, infrastructure, advertising expenses and arrangements, personnel database subscriptions, travel and lodging expenses and arrangements, administration and costs associated with the execution of the process(es) per a. c. In addition, the process(es) are subject to the following constraints: 1. No payment or fee can be paid or can be expected to be paid to the contractor by any candidate for aid in obtaining Federal employment 2. Candidates can only be screened against the requirements specified in section 1.a (though the report can include information on additional assets that a candidate has that are related to section 1.b). 3. All applicants appearing to meet the requirements in 2.1 shall be referred to the Government 4. All recruitment and screening shall be performed in accordance with applicable merit principles and equal opportunity laws. 5. The recruiting agency shall make known that applicants may apply directly to the Government and thus need not apply through the commercial recruitment firm. 3. Output Specification a. Report describing the process used in executing this contract including statements describing how conformance with all requirements in section 2.c was assured. b. List of candidates meeting the requirements in section 1.a. For each candidate on the list include: Name of candidate Contact information for candidate Resume of candidate Any other qualification documentation (e.g. completed internal forms normally used by the contractor for screening or assessment of candidate qualification) Any screening checklists Interview notes Reference correspondence documentation or notes Any other documentation useful in assessing a candidates qualifications Period of Performance: Two months from the effective date of award. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-08-RQ-0185/listing.html)
- Place of Performance
- Address: National Institute of Standards and Technology 100 Bureau Drive Bldg 301 Room B152 Gaithersburg, MD
- Zip Code: 20899-1640
- Country: UNITED STATES
- Zip Code: 20899-1640
- Record
- SN01545754-F 20080402/080401073317 (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 |