Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
SOLICITATION NOTICE

R -- Combined Synopsis/Solicitation for Recruitment Support Services

Notice Date
8/1/2008
 
Notice Type
Presolicitation
 
NAICS
561311 — Employment Placement Agencies
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK CONTRACTING OFFICE PHILADELPHIA, N00189 FISC NORFOLK, PHILADELPHIA OFFICE 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018908TZ127
 
Response Due
8/6/2008
 
Archive Date
9/6/2008
 
Point of Contact
Eric Hansen 2156979687
 
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. The announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quotation (RFQ). RFQ # N00189-08-T-Z127, which contemplates a firm fixed price contract. This acquisition is 100% set aside for small business. The North American Industry Classification System Code (NAICS) is 561311. The small business size standard is $6.5M. The description of CLIN 0001 is as follows: 4 quarters of recruitment support services in accordance with the attached Statement of Work (SOW). The offeror shall provide a firm fixed price quotation for to successfully complete the following Statement of Work (SOW): This Statement of Work, hereafter referred to as the SOW, addresses the need to provide contract recruitment support for the identification and pre-processing of people with targeted disabilities to include professional assessment and development of an qualified pool of candidates for processing as new hires to the Naval Supply Systems Command (NAVSUP). 1.1 BACKGROUND: The Agency is seeking to include qualified people with targeted disabilities into competitive employment opportunities within the headquarters and extended enterprise facilities. In order to achieve this goal, the Agency needs help recruiting people with targeted disabilities nationally thereby increasing the potential pool of new hires of people with targeted disabilities. 1.2 PERSONNEL: The contractor shall perform the tasks outlined in Section 4.1 specific Tasks. A contract manager shall be identified to address contract questions and issues that may arise during the extent of the contract. 1.3 APPLICABLE DOCUMENTS: None 1.4 GOVERNMENT FURNISHED EQUIPMENT: None 2. GENERAL REQUIREMENTS 2.1 PROJECT APPROVAL (Reserved)2.2 WORKMANSHIP 2.2.1 All work conducted under this SOW shall be of thoroughly professional caliber. The work shall be conducted at all times in accordance with the best research and search techniques, and shall use good recruitment practices.2.2.2 This effort is unclassified in its entirety.2.3 LIAISON 2.3.1 The designated Contracting Officers Representative (COR) shall: a) represent the Contracting Officer (CO) in the technical phases of the work. b) receive for the Government, reports and other material called in the contract (unless otherwise specified herein). 3. DETAILED REQUIREMENTS 3.1 DATA REQUIREMENTS: The Contractor shall submit the data (i.e. reports) on a monthly basis by the 15th for the following (trip report, special performance reports and a monthly status report), to Claudette R. Flynn, NAVSUP Command Deputy EEO Officer, 5450 Carlisle Pike, PO Box 2050, ATTN: Sup 32D2, Mechanicsburg, PA 17055-0791, (717) 605-7523, Fax (717) 605-4687.4. SPECIFIC TASKS 4.1 METRICS This section identifies the work that the contractor shall perform to be compliant with the terms of the SOW. Successful completion of this requirement will be determined by the contractors ability to meet the following metrics: 4.1.1 Submit a minimum of 10 qualified applicants with Targeted Disabilities per quarter resulting in 10 of the contractor submitted applicants with Targeted Disabilities receiving consideration for vacant positions in the NAVSUP Enterprise and possible Conditional Job Offers (CJOs) during the calendar year of this contract4.1.2 Search and Advertising Support 4.1.2.1 The contractor shall employ advertising and search capabilities to find and locate qualified personnel for position requirements at NAVSUP. 4.1.2.2 Monthly status reports will be generated to document activities listed above. 4.1.2.3 Candidate Identification and Pre-Screening Support4.1.3 The contractor shall identify all qualified candidates that can compete and survive the NAVSUP hiring practices based on the job qualifications provided by the NAVSUP. All candidates must be U.S. citizens. 4.1.4 Candidate Assistance 4.1.4.1 The contractor shall disclose to the COR or his/her designee, as requested by the COR or his/her designee, the recommended reasonable accommodations as identified by the applicant to the contractor for those applicants that the NAVSUP considers minimally qualified and will be a part of the NAVSUP applicant hiring process, per the COR or his/her designee. The designated Reasonable Accommodation Program Manager for the activity considering the applicant will provide the reasonable accommodation service/s during the applicant hiring process. 4.1.4.2 The contractor shall disclose to the COR or his/her designee, as requested by the COR or his/her designee, the targeted disability of those applicants as identified by the applicant to the contractor that the NAVSUP considers minimally qualified and will be a part of the NAVSUP applicant hiring process, per the COR or his/her designee. 4.1.5 Candidate Tracking 4.1.5.1 The contractor shall track all candidates submitted through the NAVSUP hiring process, beginning with resume submittal to actual hiring. 4.1.5.2 The contractor shall attend monthly conference calls with the government COR or his/her designee. The contractor and the government will attend in-person reviews only when deemed necessary and agreed upon by both parties. 5. GOVERNMENT ACCEPTANCE 5.1 SERVICES 5.1.1 The NAVSUP will accept and process for hire as many applicants with targeted disabilities as possible provided that the resumes are from qualified candidates with targeted disabilities for vacant positions within the NAVSUP Enterprise and have been demonstrated to meet all of the objectives described and specifications defined in this SOW. Additionally, the COR or his/her designee, will be reviewing and qualifying all applicants submitted by the contractor. If the COR or his/her designee during resume review find that the applicant is not qualified, the COR, or his/her designee will contact the contractor to let them know that the non-qualified applicant will not count towards the metrics as outlined in this SOW. 5.1.2 The government has the right to review all resumes and provide resume critique and suggestions to the contractor. 6. CONTRACT DELIVERABLES 6.1 Final versions of each report shall be delivered via email and hard copy, in accordance with Section 3.1. 6.2 No contract deliverable shall contain any classified or proprietary information. Documentation shall be delivered in the forms specified in the Detailed Tasks above. 7. CONTRACT REVIEWS AND PRESENTATIONS 7.1 FREQUENT REVIEWS: Frequent reviews for NAVSUP representatives shall be held via monthly or as necessary, scheduled conference calls between contractor and government COR or his/her designee. The purpose of these reviews is to discuss progress made by the contractor on the various tasks described in this SOW. 8. DEFINITIONS 8.1 Conditional job Offer (CJO). Official, written NAVSUP intent to hire given to applicants who meet initial human resources screening, initial job qualifications through a resume review or operational interview.8.2 Actual Job Offer. Formal job offer made by an Agency Recruiter after all position authorization, and final salary/grade determination has been completed, A final Job offer is also contingent upon a position still being available/open. A final job offer will include a final salary offer along with an Enter-on-Duty (EOD) date. Once the applicant has accepted the offer, a start date is established. The Agency Recruiter will appoint the applicant to the federal service on the start date and the applicant becomes an Agency employee. 8.3 Hiring Checklist. Processing of advertising, recruiting, selecting, processing, and hiring external applicants for full/part time and student program positions. Included in the hiring process is security processing. Applicants must undergo a thorough background investigation examining an individuals life history, character, trustworthiness, reliability, and soundness of judgment.It is the quoters responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. The successful quoter is required to be registered with, understand, and invoice through Wide Area Workflow (WAWF). The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation provisions and clauses are applicable to this acquisition. FAR: 52.212-1, 52-212-2, 52.212-3, 52.212-4, 52.212-5, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.232-33. DFAR: 252.212-7000, 252.212-7001 (Dev), 252.204-7004 (Alt A), 252.232-7003 Note: The complete provision at the Federal Acquisition Regulation (FAR) 52.212-3 must accompany bid submittal. The Government intends to award a contract resulting from this solicitation to the responsible/responsive quoter whose quotation conforming to the solicitation represents the best value to the Government, considering price and technical submissions.The technical submission shall consist of two parts: (1) past performance and (2) technical approach. Each part is limited to one page, single spaced with 12 point font or larger. The quoter shall demonstrate relevant past performance or affirmatively state that it possesses no relevant past performance. Relevant past performance is performance under contracts or efforts (within the past five years) that is of the same or similar scope. Quoters who present similar contracts or efforts should provide a detailed explanation demonstrating the relevance of the contracts or efforts to the requirements of the solicitation. Up to three references may be submitted to include contract number, customer name, point of contact with phone number, and dollar value.The quoter shall submit a concise technical approach that demonstrates its approach to successfully accomplish the SOW requirements.The Government intends to award a contract resulting from this solicitation to the responsible quoter whose quotation represents the best value after evaluation in accordance with the factors in the solicitation. The evaluation of proposals will consider the offerors technical proposal more important than the offerors pricing proposal. The technical factors of past performance and technical approach are of equal importance.Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: Companys complete mailing and remittance addresses, the companys CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. All FAR certifications and representations specified above must also accompany your quotation.Quotations shall be received at FISC Norfolk Detachment Philadelphia, Bldg. 2B, 700 Robbins Ave., Philadelphia, PA 19111 no later than 2PM (local time) on 06 August 2008. All responses may be e-mailed to Eric Hansen at: Eric.Hansen@navy.mil, or faxed to (215) 697-5418/, and reference RFQ number N00140-08-T-Z127. For additional information concerning this requirement, please contact Eric Hansen, Code 270.1D, at (215) 697-9687.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=81982b4e6a7f571610f01946c7bae241&tab=core&_cview=1)
 
Record
SN01629228-W 20080803/080801222602-571743fbd0e906dc749e8eb34be9dde5 (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.