Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2009 FBO #2686
SOLICITATION NOTICE

R -- HRSA Temporary Support Services - SF-1449 - MOD #2

Notice Date
4/2/2009
 
Notice Type
Modification/Amendment
 
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
4/28/2009
 
Point of Contact
Kimberly A Lewis,, Phone: (301)443-4540
 
E-Mail Address
kblewis@hrsa.gov
 
Small Business Set-Aside
8a Competitive
 
Description
MOD #2 TO SF-1449 FORM: This is the new SF-1449 Form reflecting the new deadline date of 4/13/2009@12:00 p.m. (EST) and amending the number of copies from one (1) to three (3) copies (1 original + 2 hard copies). -KL AMENDMENT/MOD #2: AMENDED CHANGES: Under the Combined Synopsis/Solicitation # 09-250-SOL-00010, the following amendments have been made: 1. Under Evaluation Factors (52.212-2, Evaluation - Commercial Items, #3 Evaluation Factor has been edited. 2. Under Additional Information, specific labor positions have now been provided. 3. The Award Criteria section has been edited. 4. A time period and due date to ask questions about this requirement has been added. 5. Requirements on how to present the Offeror's Proposal have been added. 6. The deadline has been changed to Monday, April 13, 2009@12:00 p.m. 7. An updated SF-1449 Form has been provided. 1. 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: 3. The offeror MUST have the ability to accept government purchase orders and government [credit] card transactions. * NOTE TO OFFEROR: The following instructions below replace the original Additional Information Instructions in its entirety: 2. Additional Information: Along with the evaluation factors documentation, Offerors must include a pricing table that shows the labor rates for each of the following labor categories/positions ONLY (include labor rates for the base year and option years): 1. SECRETARY (LEVEL I-V, Clerical) 2. ADMINISTRATIVE CLERK 3. COURT REPORTER 4. WORD PROCESSOR (LEVEL I-III) 5. GRANTS MANAGEMENT SPECIALIST 6. ARCHITECT/ENGINEER 7. COMPUTER OPERATOR (LEVEL I-V) 8. COMPUTER PROGRAMMER (LEVEL I-V) 9. COMPUTER SYSTEMS ANALYST (I-III) 10. HELP DESK TECHNICIAN 11. LOGISTICS MANAGEMENT SPECIALIST 12. CONTRACTING SUPPORT (Contract Specialist) 13. ACCOUNTING TECHNICIAN 14. AUDIT SUPPORT (Auditor) 15. FINANCIAL ANALYST 16. SIGN LANGUAGE INTERPRETER 17. PROCUREMENT CLERK 18. TECHNICAL WRITER 19. PUBLIC AFFAIRS OFFICER 20. PUBLIC HEALTH ANALYST 3. 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 for the above labor categories/positions. Call Orders placed against the winning BPA(s) will be fixed-price. Offerors must ensure that they are actively registered in the Central Contractor Registration (CCR) and listed in CCR as an 8A company. 4. Questions: Written questions regarding this requirement must be submitted by e-mail to kblewis@hrsa.gov no later than Monday, April 6, 2009@10:00 a.m. (EST). Telephone inquiries will not be accepted. QUESITONS WILL NOT BE ACCEPTED AFTER THIS DATE. 5. How to Present the Offeror's Proposal: The Offeror shall submit one (1) original and two (2) hardcopies of the: 1) Technical Quote (addressing their capabilities to meet Evaluation Factors 1-5 in accordance to 52.212-2) and a separate 2) Business Quote (containing the SF-1449 Form, labor rate pricing, a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items). 6. Deadline: One (1) original and two (2) hardcopies of your proposal must be received on Monday, April 13, 2009 by later than 12:00 p.m. (EST) at the following address (NO EXCEPTIONS): Attn: Kimberly A. Lewis Parklawn Building 5600 Fishers Lane, Room 13A-19 Rockville, MD 20857 (301)443-2750 - Main (301)443-4540 - Direct Re: Solicitation #09-250-250-SOL-00010 NOTICE: ACCESS TO PARKLAWN BUILDING: The Parklawn Building is a controlled access building; therefore you should allow ample time for visitor access. It is your responsibility to ensure that proposals are delivered by the due date and time, and specific place (Room 13A-19) required in the solicitation. Please be advised that late proposals will not be excused. Due to increased security measures, offerors delivering boxes of proposals must use the delivery entrance located on the loading dock, which is accessible from Parklawn Drive. All packages will be x-rayed by a security guard. Visitors will be required to provide photo identification and provide a name and telephone number of the individual being visited, (in this case, Kimberly Lewis at 301-443-4540 or 301-443-2750. You will then need to personally bring the boxes to Room 13A-19 (13th Floor, A-Wing, Room 13A-19). Boxes of proposals should not be left on the loading dock. This RFQ does not commit the Government to pay any costs for the preparation and submission of a proposal. It is also brought to your attention that the Contracting Officer is the only individual who can legally commit the Government to expenditure of public funds in connection with this proposed acquisition. Your proposal must provide a contact name and number, your company name and complete address, including street, city, county, state, zip code, e-mail address, Tax Identification Number (TIN) or Social Security Number, and Dun & Bradstreet Number (DUNS). Please note that FAR 52.204-6 Contractor Identification Number Data Universal System (DUNS Number) requires you to submit a DUNS number for your company along with your offer. If you do not have a DUNS number, you are requested to contact Dun and Bradstreet Information Services at 1-800-333-0505 to obtain one. Please include this information on the first page of your quotation and on the first page of the Standard Form 1449. If the address is different from the address to which payments are mailed, you must also include the complete payment address. Requests for any information concerning this RFQ should be referred only to Ms. Kimberly Lewis, who may be reached at (301) 443-4540 or e-mail: kblewis@hrsa.gov. Discussion with any other individual outside of the Contracts Branch may result in rejection of a potential offeror's proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=66ab9320d2c8dd4b5d16fef2c139ced9&tab=core&_cview=1)
 
Place of Performance
Address: Parklawn Building, 5600 Fishers Lane, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN01783691-W 20090404/090402215740-66ab9320d2c8dd4b5d16fef2c139ced9 (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.