Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2009 FBO #2729
MODIFICATION

R -- FEDERAL EMPLOYMENT LEGAL SERVICES

Notice Date
5/15/2009
 
Notice Type
Modification/Amendment
 
NAICS
541110 — Offices of Lawyers
 
Contracting Office
Small Business Administration, Office of Administration, Office of Procurement and Grants Management, 409 Third Street, S.W., 5th Floor, Washington, District of Columbia, 20416
 
ZIP Code
20416
 
Solicitation Number
SBAHQ-09-P-0006
 
Point of Contact
Gary P Fontaine, Phone: 202-205-6492, Lance C Petteway, Phone: 202-205-6935
 
E-Mail Address
gary.fontaine@sba.gov, lance.petteway@sba.gov
(gary.fontaine@sba.gov, lance.petteway@sba.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ADDITIONAL DESCRIPTION/INSTRUCTIONS: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. The Small Business Administration (SBA) is releasing this combined synopsis/solicitation electronically only. This on-line version of the Request for Quote (RFQ) is the official version for this acquisition. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. In cases of conflict between the electronic (on-line) version of this RFQ and any downloaded version of the RFQ, the on-line RFQ prevails. A copy of this combined synopsis/solicitation can be downloaded at the Federal Business Opportunity (FEDBIZOPS) website at http://www.fedbizops.gov for any amendments to this combined synopsis/solicitation. Any and all past performance surveys (survey attached) must be submitted to the Contracting Officer by the closing date and time. Any past performance surveys received after this date will not be accepted nor evaluated. NO EXCEPTIONS. Past performance surveys may be faxed to the Contract Specialist ONLY at (202)292-3737. Solicitation Number SBAHQ-09-P-0006 is issued as a request for quote (RFQ) and is 100% set aside for Small Business. The award will be a Firm Fixed Price Contract with Indefinite Delivery Indefinite Quantity Task Orders. The NAICS code assigned to this project 541110 and the size standard is $7,000,000. The requirement is for the Office of General Counsel, SBA Headquarters, Washington, DC. PERFORMANCE REQUIREMENTS The contractor must carry out assignments and duties competently and within established timeframes.The contractor must establish and maintain professional working relationships with Agency clients. The contractor must plan, organize and complete assignments without supervision. The contractor must adequately explain and apply applicable laws, regulations, case law, Agency policy and procedures, and agreements. CONTRACT REPORTING and DELIVERABLES The contractor must provide periodic reporting to the Contracting Officer's Technical Representative (COTR), as requested.The contractor must provide status reports to the COTR and other appropriate parties on work in progress and on work completed, as requested. The contractor must regularly keep the COTR informed of all significant case developments including but not limited to developments that may involve precedent setting issues, Agency policy, and/or potentially impact Agency liability.The contractor must provide copies of litigation decisions when issued to the COTR with summary.The contractor must provide final (and where appropriate interim) decisions and settlement agreements and documentation of compliance with applicable directives for the compliance file. BASIS OF AWARD The Government intends to award the contract using the price/technical tradeoff method. Experience/Management Capabilities is significantly more important than past performance. The technical factors combined are significantly more important than price. CLAUSES: FAR 52-212-1, Instructions to Offerors-Commercial is incorporated by reference and applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items apply to this acquisition. Fill-ins are as follows: 1. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Experience/Management Capabilities (ii) Price (iii) Past Performance; (b) EVALUATION OF FACTORS: (i)(a) Experience – Ability to simultaneously manage multiple services operations in the areas of labor, personnel, and employment litigation in various forums; and related scope of work in previous projects. (i)(b) Management Capabilities – Integration of subcontract work; subcontract control; and rationale for selection and utilization of subcontractors. (ii) Price - Offerors proposed pricing will be evaluated for price reasonableness in accordance with FAR 13.106-3. (iii) Past Performance – Will be evaluated in accordance with FAR 15.3. Offeror must submit 3 completed surveys (survey attached). The Offeror is responsible for ensuring the submission of the Past Performance Questionnaires to the Contract Specialist designated on the survey by the closing date of the solicitation. The technical factors will be evaluated using the following ratings: Exceptional - no doubt exists that the Offeror will successfully perform the required effort. Very Good - little doubt exists that the Offeror will successfully perform the required effort. Satisfactory - some doubt exists that the Offeror will successfully perform the required effort. Marginal - substantial doubt exists that the Offeror will successfully perform the required effort. Unsatisfactory - extreme doubt exists that the Offeror will successfully perform the required effort. Neutral - based on no identifiable performance record, unable to provide a score. (c) OPTIONS: Evaluation of options shall not obligate the Government to exercise an option. (d) In accordance with FAR 52.212-1(g), the Government intends to award without discussions. (e) 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. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications – Commercial Items, with its offer. The FAR Clause 52.212-4 Contract Terms and Conditions – Commercial Items applies to this acquisition and will be incorporated into any resulting contract. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items apply to this acquisition, specifically the following cited clauses and provisions are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-37, Multiple Payment Arrangements; 52.204-7, Central Contractor Registration; 52.219-8 Utilization of Small Business Concerns; 52.252-2, Clauses Incorporated By Reference; and 52.232-36, Payment By Third Part. The contractor must be registered in the Central Contractor Registration (CCR) database to be eligible for award. Contractors can register at www.ccr.gov. Full text versions of clauses and provisions may be viewed at http://farsite.hill.af.mil. Solicitation closing date is June 1, 2009. All quotes must be received by 3 p.m. Eastern Daylight Time. Offerors are reminded to insure your FEDEX or DHL package arrives on time. The SBA Headquarters Office is open from 900AM - 500PM Monday through Friday. Any questions pertaining to this solicitation must be addressed to: gary.fontaine@sba.gov.Offerors shall submit three copies of their quote in person or by mail to the following address: U.S. Small Business Administration Attn: Gary Fontaine, Ste 5000 409 3rd Street, SW Washington, DC 20416 _____________________ Attachment: PAST PERFORMANCE QUESTIONNAIRE Sol # SBAHQ-09-P-0006: Federal Employment Legal Services (Note: Complete questionnaire and fax to the attention of Gary Fontaine @ 202-292-3737, no cover sheet required ); or email to; gary.fontaine@sba.gov) I. Evaluation of Offeror: Company/Division Providing Services: ___________________________________________ Address: ___________________________________________________________________ Description of Services Provided: _______________________________________________ ___________________________________________________________________________ Contract Number: _____________________ Dollar Value (Annual): ______________ Performance Period: ___________________ Performance Location: ______________ Type of Contract: Check One: Fixed Price ______ Cost Reimbursement ______ Other (Please Specify) _______ Check One: Negotiated ______ Sealed Bid ______Competitive ______Non-Competitive _________ Basis of Payment: Commodity ______ Labor/Equipment Hours ______ Other (specify) ______________ Type & Extent of Subcontracting: ________________________________________________ II. Evaluated by: Company/Organization/Address: _________________________________________________ ____________________________________________________________________________ Name & Title: ________________________________________________________________ Signature: ______________________________________ Date: _______________________ Telephone: _________________________ FAX: ____________________________ III. Evaluation: Please answer questions 1 through 14 using the following criteria. Circle only one response per question. For elements rated "unsatisfactory", please comment on the specific problem(s) or performance failure(s) that prompted this rating. 4 - Exceptional: Performance met and exceeded many of the contractual requirements to the organization's benefit. The contractual performance of the element being evaluated was accomplished with few minor problems for which corrective actions were highly effective. 3 - Very Good: Performance met and exceeded some of the contractual requirements to the organization's benefit. The contractual performance of the element being evaluated was accomplished with some minor problems for which corrective actions were effective. 2 - Satisfactory: Performance met contractual requirements. The contractual performance of the element being evaluated was accomplished with some minor problems for which corrective actions were satisfactory. 1 – Marginal: Performance barely met contractual requirements. The contractual performance of the element being evaluated reflects a serious problem for which corrective actions have not yet been identified, appear only marginally effective or were not fully implemented. 0 – Unsatisfactory: Performance did not meet some contractual requirement and recovery is not likely in a timely manner. The contractual performance of the element being evaluated reflects serious problems for which corrective actions were ineffective. N/A: Not Applicable or not observed. 1. Evaluate the contractor's overall commitment to quality performance and customer satisfaction. 4 3 2 1 0 N/A Comment: 2. Evaluate the contractor's overall technical competence. 4 3 2 1 0 N/A Comment: 3. Evaluate the contractor's cooperation and willingness to work as a team (with your personnel, other contractors, etc.). 4 3 2 1 0 N/A Comment: 4. Evaluate the contractor's compliance with contractual requirements. 4 3 2 1 0 N/A Comment: 5. Evaluate the contractor's responsiveness to contract, program and/or schedule changes. 4 3 2 1 0 N/A Comment: 6. Evaluate the effectiveness of the contractor's overall quality control procedures. 4 3 2 1 0 N/A Comment: 7. Evaluate the effectiveness of the contractor's safety program or efforts. 4 3 2 1 0 N/A Comment: 8. Evaluate the contractor's ability to overcome technical problems, labor issues, and/or other performance diifficulties. 4 3 2 1 0 N/A Comment: 9. Evaluate the contractor's ability to plan and conduct operations in the most cost effective manner. 4 3 2 1 0 N/A Comment: 10. Evaluate the contractor's ability to adhere to schedules and complete work on time. 4 3 2 1 0 N/A Comment: 11. Evaluate the quality and stability of the contractor's workforce. 4 3 2 1 0 N/A Comment: 12. Evaluate the availability, adequacy and suitability of the contractor's staffing for the work required. 4 3 2 1 0 N/A Comment: ----End of Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SBA/OOA/OPGM/SBAHQ-09-P-0006/listing.html)
 
Place of Performance
Address: The majority of the work will be conducted at the contractor's facilities. The contractor may be required to travel to various locations in order to participate in or observe conferences, depositions, hearings or trials. Travel will be reimbursed under a separate contract line item number in accordance with the General Services Administration's Federal Travel Regulations and policies., United States
 
Record
SN01819258-W 20090517/090516160758-9f8d9bfa9f8f0dd386b62690156c438b (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.