Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
DOCUMENT

R -- Senior FOIA Analyst - Senior FOIA Records Reviewer/Processor - SOW

Notice Date
8/20/2008
 
Notice Type
SOW
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11545 Rockville Pike, Rockville, Maryland, 20852-2738
 
ZIP Code
20852-2738
 
Solicitation Number
OIS-08-389
 
Point of Contact
Valerie M. Whipple,, Phone: 301-492-3628, Valerie M. Whipple,, Phone: 301-492-3628
 
E-Mail Address
valerie.whipple@nrc.gov, valerie.whipple@nrc.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services and items prepared in accordance with the format in FAR 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. The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-18. The solicitation number is OIS-08-389 and is issued as a Request for Proposal (RFP). The contract type intended for this procurement is a labor hour contract with a base period of one year and two one-year options. This is a small business set-aside. The North American Industrial Classification System (NAICS) code for this procurement is 541690. The contractor shall provide Freedom of Information Act (FOIA) services as outlined in the attached Statement of Work. The full text of the FAR provisions or clauses that apply to this acquisition may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following clauses/provisions apply to this acquisition: (1) 52.212-1, Instructions to Offerors – Commercial (SEP 2006); (2) 52.212-2, Evaluation Commercial Items (JAN 1999); (3) 52.212-4, Contract Terms and Conditions - Commercial Items Alternate I (FEB 2007); (4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2007); (5) (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402); (6) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); (8) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)); (9) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C 632(a)(2)); (10) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (12) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212); (14) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212); (16) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); (17) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). (18) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (19) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (20) 52.223-6 Drug-Free Workplace (MAY 2001) (13) 52.233-1 Disputes (JUL 2002) (21) 52.233-4 Applicable Law For Breach of Contract Claim (OCT 2004) Offerors are to include a completed copy of provision 52.212-3 Offeror Representations and Certifications - Commercial Items (NOV 2006), with their offer. Proposals will be evaluated based and award will be made on Best Value basis (Tradeoff). Overall technical criteria are considered more important than cost/price factors. Although no points are set forth in the Evaluation Criteria for price, price is important in the Tradeoff Assessment. Price will be evaluated for reasonableness. EVALUATION CRITERIA 1. Past Performance - (40 Points) The Offeror shall also demonstrate that they have successfully performed on other contracts or purchase orders of similar size and scope within the past five years in performing contracts involving the activities stated in the statement of work. This shall be done by describing current and past work of a similar or identical nature in such a manner that an evaluation can be made of the performance history and the relevance of this experience to the requirements of the solicitation. Documented evidence of technical expertise in the field may include: letters of commendation from commercial clients and/or Federal Government agencies, certificates of appreciation, or awards received showing a high level of performance and customer satisfaction. 2. Qualifications of Proposed Personnel (30 Points) The extent to which the offeror demonstrates that the proposed key personnel have the requisite experience and qualifications to satisfy the NRC’s requirement. Offeror must provide evidence of related education, knowledge and experience of proposed personnel in the activities stated in the statement of work. 3. Technical Approach (30 Points) The offeror shall clearly demonstrate to the NRC that they have the technical expertise necessary to perform the tasks outlined in the statement of work. The offeror shall demonstrate experience in Freedom of Information Act and Privacy Act request analysis and processing. INSTRUCTIONS FOR ADDRESSING EVALUATION CRITERIA: Past Performance - Offerors shall provide the following information for all ongoing contracts and for contracts completed within the past three (3) years, similar in size, scope, and complexity to the effort described in the NRC’s requirement. Identify a primary point of contact, as well as an alternate. Contracts listed may include those entered into by the Federal Government, agencies of the State and local governments and commercial customers. It is incumbent upon offerors to provide information which is accurate, current and verifiable. Provide any other pertinent information that will aid in the evaluation of your performance record. Identify all contracts that your firm has been awarded that were terminated for default, or subject to any disputes. If none, a negative statement is required. The NRC reserves the right to contact one or all sources identified on the Qualifications Statement regarding past performance information. Offerors who do not have any past performance of their own in this type of work shall be evaluated on the basis of the past performance of their teaming partners or subcontractors. Please provide the following information regarding your company, firm name and address, year firm established, date the references are prepared, type of firm: small, small disadvantaged, woman owned, other, etc., principal contact person, name, title and phone number For each contract completed within the last three years, please provide: contract number, period of performance, dollar value, name of governmental or commercial entity, contracting contact name and phone number, technical representative name and phone number, and a brief description of the work performed. The information requested per contract should not be larger than a paragraph. Personnel Qualification and Availability - Offerors shall provide resumes for all proposed professional personnel. Personnel who are essential to performance will be designated as "Key Personnel". Specify the percentage of time committed to other projects over the course of the contract's period of performance for all professional personnel. Offerors are required to identify any current/former NRC employees who have been or will be involved, directly or indirectly, in developing the proposal, or in negotiating on behalf of your firm, or in managing, administering, or performing any tasks, consultant agreements, or subcontract resulting from this solicitation (list name, title and date the individual left NRC and provide a brief description of the individuals role under this proposal). If there are not current/ former NRC employees involved, a negative statement is required. 2052.209-70 CURRENT/FORMER AGENCY EMPLOYEE INVOLVEMENT (OCT 1999) The following representation is required by the NRC Acquisition Regulation 2009.105-70(b). It is not NRC policy to encourage offerors and contractors to propose current/former agency employees to perform work under NRC contracts and as set forth in the above cited provision, the use of such employees may, under certain conditions, adversely affect NRC's consideration of non-competitive proposals and task orders. There ( ) are ( ) are no current/former NRC employees (including special Government employees performing services as experts, advisors, consultants, or members of advisory committees) who have been or will be involved, directly or indirectly, in developing the offer, or in negotiating on behalf of the offeror, or in managing, administering, or performing any contract, consultant agreement, or subcontract resulting from this offer. For each individual so identified, the Technical and Management proposal must contain, as a separate attachment, the name of the individual, the individual's title while employed by the NRC, the date individual left NRC, and a brief description of the individual's role under this proposal. Technical Approach - The offeror shall clearly demonstrate to the NRC that they have the technical expertise necessary to perform the tasks outlined in the statement of work. The offeror shall demonstrate experience in Freedom of Information Act and Privacy Act request analysis and processing. LEVEL OF EFFORT It is requested that all offerors submit quotes based on a total Level of Effort (LOE) of 2,000 hours per year. This information is advisory and is not to be considered as the sole basis for the staffing plan or cost proposal. The estimated hours are used for cost evaluation purposes only. The NRC shall not be bound by these hours in any resultant Order. The Order will, however, contain an overall cost ceiling. Your price quote must provide a breakdown of labor by labor category, hours, and fixed rates. You must also provide a separate consolidated summary of the total ceiling price of the order inclusive of all labor, training and travel. All quotes are due August 28, 2008 by 1:00 p.m., EST. Electronic submission is acceptable and highly encouraged. Quotes can be sent through email or mail. Faxed quotes will not be accepted. Electronic quotes should be sent to valerie.whipple@nrc.gov. NRC is not responsible for technical difficulties and or administrative problems associated with transmission of the files to the NRC. If you wish to send quotes by mail please send them to the following address: U.S. Nuclear Regulatory Commission, Attn: Valerie Whipple, Mail Stop: TWB-01-B10M, Washington, DC 20555. Please include the solicitation number on the envelope containing your organization’s proposal. RFQ OIS-08-389 will be distributed solely through the FedBizOpps website (http://www.fedbizopps.gov.) The FedBizOpps website provides downloading instructions. All future information about this acquisition, including solicitation amendments will also be distributed solely through the FedBizOpps website. Hard copies of the solicitation document and its related documents will not be available. Because this RFQ will be posted on this website, interested parties are instructed NOT to call, send letters, e-mails or faxes requesting the RFQ. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information about this acquisition. The NRC requires the prospective awardee to be registered in the Central Contractor Registration (CCR) database prior to award, during performance, and through final payment of the resulting contract in accordance with Federal Acquisition Regulation, 52.204-7, Central Contractor Registration. Processing time, which normally takes 48 hours, should be taken into consideration when registering. Potential Offerors who are not registered should consider applying for registration immediately if interested in responding to this solicitation. Potential Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov. The Government will not reimburse interested parties for any costs associated with responding to this business opportunity. For information regarding this acquisition contact Valerie Whipple via e-mail at valerie.whipple@nrc.gov or at 301-492-3628. Issuance of this combined synopsis/solicitation does not constitute an award commitment on behalf of the NRC. The NRC reserves the right to reject any and all offers received.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=93e85f8100549b5247f9adacb81b63db&tab=core&_cview=1)
 
Document(s)
SOW
 
File Name: Statement of Work (Sr FOIA Analyst - SOW 08-04-2008.doc)
Link: https://www.fbo.gov//utils/view?id=e4eb0a75fe361ef4f70730ec0de2543b
Bytes: 44.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: U.S. Nuclear Regulatory Commission, 11545 Rockville Pike, Rockville, MD 20852, United States
Zip Code: 20852
 
Record
SN01645785-W 20080822/080820221414-93e85f8100549b5247f9adacb81b63db (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.