Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2009 FBO #2680
SOLICITATION NOTICE

R -- HRSA Temporary Support Services - SF-1449 Form

Notice Date
3/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
Department of Health and Human Services, Health Resources and Services Administration, Division of Procurement Management, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
09-250-SOL-00010-KL
 
Archive Date
4/25/2009
 
Point of Contact
Kimberly A Lewis,, Phone: (301)443-4540
 
E-Mail Address
kblewis@hrsa.gov
 
Small Business Set-Aside
8a Competitive
 
Description
SF-1449 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. THIS IS A REQUEST FOR QUOATION (RFQ) NUMBER: 09-250-SOL-00010-KL. This office is contemplating issuance of a Blanket Purchase Agreement (BPA) for temporary staffing services using the procedures under FAR Subpart 13, Simplified Acquisitions, FAR Subpart 19, Small Business Programs and you are invited to submit a proposal in accordance with the requirements of Request for Quote (RFP) 09-250-SOL-00010-KL. This is a 100% 8(a) Set-Aside under NAICS Code 561330 (Temporary Staffing). The period of performance will be a 12-month base with two 12-month option years. The call orders placed under this BPA will be firm-Fixed-Price. The Government will award a single or multiple Blanket Purchase Agreement(s) resulting from this solicitation to the responsible offeror whose offer will be the most advantageous to the Government, price and other factors considered. Required Services: 1. The contractor shall, if and when requested by the authorized caller, provide temporary support services to the Health Resources and Services Administration. These services shall include, but limited to, the following occupational categories: * Administrative and Clerical * Technical and Professional * Financial and Accounting * Information Technology and Automatic Data Processing * Federal Grants and Contracting * Document Imaging * General Services and Support * Information and Arts (including Miscellaneous Occupations); and * Any new occupational category which exists in the commercial market or one that is being developed, improved, or has not yet been introduced to the Government and categorically related to this procurement requirement. The category must reflect a title used by the Government or the Office of Personnel Management (OPM). Period of Performance: 2. The period of performance for the resultant Blanket Purchase Agreement (BPA) from this Request for Quotation (RFQ) will have a base period of one (1) year and two 12-month option periods: The Government under the terms and conditions of FAR Part 52.217-9 Option to Exercise the Term of the Contract (March 2000) may unilaterally exercise the option years. 3. Additional labor categories may be added through mutual agreement of the parties. NAICS 561320: Temporary Help Services Evaluation Factors: 52.212-2, Evaluation-Commercial Items (Jan 1999) (a) The Government will award a single and/or multiple Blanket Purchase Agreement(s) resulting from this solicitation to the responsible offeror whose offer will be the most advantageous to the Government, price and other factors considered. The offer MUST meet and provide required documentation for all the factors listed below: 1. The offeror MUST have the capability to provide temporary support services within 48 hours of the agency's request. 2. The offeror MUST have the capability to service the Washington-Metropolitan area (including the Rockville, MD area). 3. The offeror MUST have the ability to accept government purchase [credit] card transactions. 4. The offeror MUST have an accounting system in place with the capability to keep track of each order placed by the authorized caller. In addition, the offeror MUST have the capability to maintain accurate records and track the number of hours/days that each temporary employee works per order and for each HRSA bureau. 5. The offeror MUST demonstrate their capability to ensure that their employees, who will be designated to a government job assignment, have undergone background checks prior to placement. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Additional Information Required: Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Along with the evaluation factors documentation, Offerors must include a pricing table that shows the labor rates for each of the following occupational categories (including option year rates): 1. Administrative and Clerical 2. Technical and Professional 3. Financial and Accounting 4. Information Technology and Automatic Data Processing 5. Federal Grants and Contracting 6 Document Imaging 7 General Services and Support (to include Materials Handling and Packing Occupations) 8 Information and Arts (including Miscellaneous Occupations); and 9 Any new occupational category which exists in the commercial market or one that is being developed, improved, or has not yet been introduced to the Government and categorically related to this procurement requirement. The category must reflect a title used by the Government or the Office of Personnel Management (OPM). Award Criteria: The award of this BPA will be based on the Offeror's ability to meet ALL of the evaluation factors above and most reasonable cost. Reasonable cost is defined as prices that are reasonably within the Washington-Metropolitan marketplace and are within the current rates governed by Department of Labor Wage Determination. Special Requirements: 1. Employees and/or contractors for the Federal government shall undergo an appropriate background investigation to determine their suitability to work for the Federal Government. The positions on this contract are designated Level 5C, medium risk public trust positions with access to Federal government computer systems. The minimum background investigation required for these positions is a National Agency Check with Inquiry and Credit (NACIC). Agreement to undergo a NACIC background investigation is a condition for working on this contract. For contractors, a NACIC requires fingerprinting and submission of a complete SF-85P, Questionnaire for Public Trust Positions, and a credit release. Fingerprinting and submission of a complete SF-85P and credit release to the servicing Federal security office are required before the contractor will be allowed unescorted access and allowed to work at a Federal facility. Access to Federal government computer systems shall not be granted until results of the FBI National Criminal Records Database are received and indicate that the contractor has no disqualifying criminal record. Investigation Requirements: Investigation requirements for Level 5C positions include the following: * National Agency Check and Inquiries (NACI): which consists of searches of OPM's Security/Suitability Investigations Index (SII); the Defense Clearance and Investigations Index (DCII); the Federal Bureau of Investigation (FBI) Identification Division's name and fingerprint files, and other files or indices when necessary. * Credit check * Written inquiries and searches of records covering specific areas of a person's background during the past seven years. Inquiries are sent to current and past employers, schools attended, references, and local law enforcement authorities. This process may not apply for a contractor who has been subject to a suitable prior investigation and there has been no break in service with a company that has a facility clearance and the investigation was within the last five (5) years. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) THIS CONTRACT INCORPORATES ONE OR MORE CLAUSES BY REFERENCE, WITH THE SAME FORCE AND EFFECT AS IF THEY WERE GIVEN IN FULL TEXT. UPON REQUEST, THE CONTRACTING OFFICER WILL MAKE THEIR FULL TEXT AVAILABLE. ALSO, THE FULL TEXT OF A CLAUSE MAY BE ACCESSED ELECTRONICALLY AT THIS ADDRESS: HTTP://WWW.ARNET.GOV/FAR/ 52.204-6 DATA UNIVERSAL NUMBERING SYSTEMS (DUNS) NUMBER (APRIL 2008) 52.212-4 CONTRACT TERMS AND CONDITIONS (COMMERCIAL ITEMS) (OCT 2008) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (FEB 2009) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. (FEB 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4) [Reserved] X_ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10) 52.219-16, Liquidated Damages Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (12) 52.219-25, Small Disadvantaged Business Participation Program Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-26, Small Disadvantaged Business Participation Program Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). __ (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (17) 52.222-19, Child Labor Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). X_ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X_ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X_ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). X_ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). __ (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). __ (ii) Alternate I (FEB 2009) of 52.222-50. __ (25)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (26) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (27)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. __ (28) 52.225-1, Buy American Act Supplies (FEB 2009) (41 U.S.C. 10a-10d). __ (29)(i) 52.225-3, Buy American Act Free Trade Agreements Israeli Trade Act (FEB 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (30) 52.225-5, Trade Agreements (NOV 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (31) 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). __ (32) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (33) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (34) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (35) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X_ (36) 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (37) 52.232-34, Payment by Electronic Funds Transfer Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (38) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (39) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (40)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Feb 2006) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] X_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause? (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (vii) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (x) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. Deadline: Offers for this procurement are due on April 10, 2009 at 12:00 p.m. (EST). All required documentation must be submitted electronically to kblewis@hrsa.gov. NO EXCEPTIONS. Point of Contact: The Point of Contact for this procurement is Kimberly A. Lewis, and she can be reached at kblewis@hrsa.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7ca515192dde7fef2478b53f0632a737&tab=core&_cview=1)
 
Place of Performance
Address: Parklawn Building, 5600 Fishers Lane, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN01779319-W 20090329/090327215132-2613dc626bc1d436b07d0b58dcb897b1 (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.