Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2008 FBO #2410
SOLICITATION NOTICE

R -- Contract Support Services

Notice Date
6/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Agriculture, Forest Service, R-9 North East Acquisition Team (NEAT), New England & Mid-Atlantic States, P.O. Box 847, 222 Liberty Street, Warren, Pennsylvania, 16365
 
ZIP Code
16365
 
Solicitation Number
AG-56A1-S-08-0007
 
Point of Contact
Teresa A. Corse,, Phone: 414-426-0325, Melissa A Conn,, Phone: 814-728-6241
 
E-Mail Address
teresacorse@fs.fed.us, mconn@fs.fed.us
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Part 12, Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation includes the provisions and clauses of the FAR through FAC 05-26 dated 6/2/08. This request is being advertised as a request for proposals Request for Proposal (RFP) No. AG-56A1-S-08-0007 for Acquisition Management Services in support of the Forest Services Regional Staff, Region 9, Eastern Region, Acquisition Management & Partnership (AQM&P), Milwaukee, WI. The type of contract anticipated to be awarded from this combined synopsis/solicitation is an Indefinite Delivery Indefinite Quantity Performance Based Service Contract with a base contract period of one year with 4 option periods of 1 year. This solicitation is set aside 100% for Service Disabled Veteran Owned Small Businesses. The NAICS code is 541990 with a size standard of $6.5 million dollars. SCOPE – The Scope of this contract includes providing the full range of servicing support including both internal and external customer service. It is anticipated that specific servicing requirements and resulting objectives will change over the life of this order. This could result in the Forest Service modifying this order to incorporate in-scope changes. Task orders will be issued for providing acquisition support and services to the Regional Office AQM&P Staff located in Milwaukee, WI. Occasional travel may be required and expenses will be reimbursed in accordance with the rates established by the Government Travel Regulations. Knowledge of federal government regulations, procedures and business practices covering contracting, grants and agreements, property, leasing, quarter’s management and partnerships program areas is required. TASKING AND DELIVERABLES – 1. Research, analyze, evaluate and interpret federal acquisition procurement regulations, policies, guidance and decisions to effectively respond to inquiries on specific acquisition questions. Acknowledge receipt all inquiries within 2 business days and respond with appropriate answer or solution within 5 business days. Responses are to be accurate and complete and approved by Director or Deputy of AQM&P or delegated authority prior to transmittal. Provide a summary report of all inquiries and responses in an email report on a weekly basis, to the AQM&P staff, in contractor format. 2. Research, analyze, evaluate and interpret information from numerous acquisition databases, including Grants and Agreements system (IWEB), Integrated Acquisition System (IAS), Purchase Card Management System (PCMS), Quarters Management Information system (QMIS), and other information systems as necessary as well as various financial to provide recommendations for efficient and effective process improvements. An example would be providing data trend analysis to determine appropriate contract methodology and requirements consolidation. Work assignments will be given a due date and dates will be negotiated on individual tasks. 3. Draft policy and other written documents presenting the facts, issues, and recommendations on topics such as Socio-Economic Programs, Partnerships, Grants and Agreements and ratifications. Ensure products are accurate, complete and approved by Director or Deputy, AQM&P prior to finalization. Work assignments will be given a due date and dates will be negotiated on individual tasks. 4. Confer with an acquisition and program officials on specific inquiries and reports. Provide a summary report of all inquiries and responses in an email report on a weekly basis in contractor report format. 5. Mentor and instruct lower level contract specialists, purchasing agents, grants and agreements and property personnel on acquisition processes through formal and informal training. This includes providing training packages for new programs. Presentations must be reviewed and approved by Director or Deputy of AQM&P or delegated authority prior to release. 6. Coordinate, schedule and set-up conferences with acquisition, department heads, program officials, field personnel, and other individuals as required. Draft the agenda for review by Director or Deputy AQM&P or delegated authority (by AQMP staff?) and issue minutes of conference. Minutes shall be drafted within 5 business days of the conference and approved prior to issuance. 7. Participate in procurement management reviews. Perform internal and external management reviews and audits of regional acquisition operations to ensure accountability. The processes, scheduling and direction of the audit will be coordinated with the Acquisition management staff. Draft report will be completed and submitted to the Director, AQM&P or delegated authority within 5 business days of the conclusion of the review and finalized within 5 business days after review with all comments incorporated. 8. Monitor, maintain and update the Region 9 Contracting Officer Warrant List, the training program for region-wide acquisition personnel (including program managers and CORs). Lists shall be reviewed at least quarterly, revised as required, and a report of review results provided to the Director, AQM&P, on a quarterly basis. 9. Manage the Advanced Acquisition Plan (AAP) to include data gathering, input and report generation. The AAP requires semi-annual reporting to higher headquarters. 10. Draft correspondence and reports to provide direction, guidance, request information from, or respond to inquiries. Drafts must be prepared within 2 business days of receipt of requirement for Director, or Deputy, AQM&P review and approval. The final document, incorporating all comments or changes must be complete and ready for AQM&P approval within 1 business day of receipt of comments. All drafts and final documents will be submitted using the FS correspondence database and must be accurate, complete and free from grammatical or spelling errors. 11. Maintain the Procurement Forecast system and request submission, from the field, as required by the AQM Approval and Reporting Requirements. GENERAL PERFORMANCE STANDARDS – 1. All work assignments shall be completed 99% of the time by the agreed due date. Performance Objective: Provide accurate, complete and appropriate responses addressing specific inquiry within required time frames, Performance Standard for this Objective – Receive no more than one valid complaint during a month, Method of Performance Assessment for this Objective – Customer Complaint: 2. The contractor shall keep a record of actions assigned and completed. Records shall be provided to the government upon request. Records shall be on an electronic medium. Performance Objective – Draft accurate, complete, and appropriate policy, correspondence, presentations, reports, and all other written documentation within required time frames, Performance Standard for this Objective – receive no more than one valid complaint per assignment, Method of Performance Assess for this Objective – Customer Complaint. 3. All correspondence and records shall be placed on a CD-ROM, stick or disk and provided to the government upon request. Performance Objective – update and maintain database records accurately and timely, Performance Standard for this Objective – database may not contain more than 1% of incorrect, inaccessible or inappropriate units of information, Method of Performance Assessment for this Objective – Random Sample: Performance Objective – accurate, complete and appropriate research and analysis within required time frames, Performance Standard for this Objective – receive no more than one valid complaint per assignment, Method of Performance Assessment – Customer complaint. SECURITY – The contractor employee shall meet the requirements of Homeland Security Presidential Directive (HSPD) -12 in the performance of this effort. CONTRACT PLACE OPF PERFORMANCE – Contractor employee may work virtually with the Forest Service providing a laptop computer. The employee may be required to attend meetings at the Regional Office located in Milwaukee, WI or other locations as deemed necessary by the AQM&P Director or the delegated authority. The employee will be compensated under the Federal government travel regulations for mileage only from their regular place of performance to the Regional Office. PERIOD OF PERFORMANCE – Contractor period of performance is Base Period of 1 year with 4 options of 1 year each. Exercising of the options will be at government discretion. ESTIMATED LEVEL OF EFFORT: The estimated hours under an awarded contract is a minimum of 4 hours per week, with a maximum of 24 hours per week. CONTRACT CEILING: The minimum guarantee under this contract is $1,000.00; contract ceiling is $340,000.00 over the life of contract. RECOGNIZED HOLIDAYS: The standard 10 government holidays are recognized by this contract and contractor is not required to perform services on those days. GOVERNMENT FURNISHED PROPERTY – Within 10 business days of contract award the following GFP will be furnished: 1. Laptop (1). 2. Cell Phone (1). 3. Miscellaneous hardware for the laptop. For example, power supply and internet cable. KNOWLEDGE REQUIRED – Advance knowledge of Federal Acquisition Regulations, Department of Agriculture Acquisition Regulations and policy, Forest Service Acquisition Regulations and policy and Region 9 policies. Contractor shall have a high degree of skill in oral and written communications. The following Contract Line Items (CLINs) will be utilized for this requirement: CLIN 001 Acquisition Support, CLIN 002 Travel and CLIN 003 Miscellaneous Supplies. EVALUATION CRITERIA – Award shall be made to that offeror whose proposal is determined to represent the best value to the Government, after considering technical evaluation and price. In making the best value determination, the government considers the technical evaluation more important than price. There are two areas within the technical evaluation, both of which are considered equal in importance: past performance and quality/workmanship, rating criteria will be excellent, good, acceptable, unacceptable.. FACTOR 1 – Quality/Workmanship: Demonstrated ability to perform services in accordance with contract specifications. Performance to good standards and workmanship. FACTOR 2 – Past Performance: List similar projects of work completed by firm within last 3 years. Provide name, address, telephone and fax number of principal official in charge of the project who are familiar with your performance. FACTOR 3 – Price. Responses are due to this combined synopsis solicitation by 3:00 p.m. eastern time, July 7, 2008. Email responses are acceptable to: teresacorse@fs.fed.us. Mailing address for submitting proposals: USDA FS, Attn: Teresa Corse, 2807 Lilac Court, Bloomington, IN 47401.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ff3d424935e28a0ae4b100a4cd91927e&tab=core&_cview=1)
 
Place of Performance
Address: Virtual, Milwaukee, Wisconsin, 53202, United States
Zip Code: 53202
 
Record
SN01604235-W 20080702/080630220512-ff3d424935e28a0ae4b100a4cd91927e (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.