Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2009 FBO #2733
SOLICITATION NOTICE

R -- RECOVERY - Procurement Analyst Services, Fort Snelling, MN

Notice Date
5/19/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, Fish and Wildlife Service, CGS-WO, Construction & Acquisition Division, Region 3 US Fish & Wildlife Service1 Federal Drive, Room 652 Fort Snelling MN 55111
 
ZIP Code
55111
 
Solicitation Number
30181RQ346
 
Response Due
5/25/2009
 
Archive Date
5/19/2010
 
Point of Contact
Debra J. Peterson, (612) 713-5188 Contract Specialist 6127135188 Debra_Peterson@fws.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) RECOVERY - This acquisition is a direct result of the American Recovery and Reinvestment Act (ARRA) of 2009. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. (ii) Solicitation number 30181RQ346 is being issued in a Request for Quotations (RFQ) format. (iii) This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32. (iv) This is a 100% Small Business Set Aside (SBSA) for small business concerns. The North American Industrial Classification System (NAICS) code is 541690, with a corresponding small business size standard of $7.0 million. All offerors must disclose their appropriate size standard in the submitted quotation in order for the quotation to be considered responsive to this solicitation. (v) Line Item 0001: Procurement Analyst Services for a base period of performance from June 1, 2009, through September 30, 2009, with an option to extend services for one additional year period from October 1, 2009, through September 30, 2010. An hourly rate price for the base period and option period is to be quoted that includes all labor, overhead, general and administrative expenses, and profit. The total number of hours for the base period is not to exceed 650. (vi) Statement of Work (SOW): 1. GENERAL: Funding appropriated as a result of the American Recovery and Reinvestment Act (ARRA) will result in a 33% increase in construction workload for Region 3. The projects will fall across three broad categories: new construction, roads, and deferred maintenance. Because of the political emphasis placed on ARRA and the importance to the American economy to execute this work efficiently, specific and unique guidelines and restrictions have been placed on the contracting and accountability processes. 2. DEFINITIONS: (if applicable, definitions of terms used in the SOW that may be open to various interpretations or are specific to the requirement or station). 3. SCOPE: The work under this contract will be that of a procurement analyst, responsible for the following duties: (a) Perform quality assurance reviews on all contract/agreement files for ARRA contract/assistance awards ensuring that the required documentation is present, all procedures were followed, and necessary approvals are present. This work will be performed in conformance with applicable Federal Acquisition Regulations, Department of Interior Acquisition Regulations, USFWS Contracting Officer's Handbook, Regional Acquisition guidance and ARRA specific guidance. (b) Track progress and schedules for execution of ARRA funded contracts in a local database. Keep Chief of Contracting Office and Region 3 ARRA Implementation Team apprized of status/any projects not complying with established schedule. (c) Participate as key advisor on the Region 3 ARRA Implementation Team representing the Construction and Acquisition Division. Attend weekly meetings. Contractor shall perform tasks and provide advice associated with the development of guidance and regional policy for business practices associated with ARRA funding. As part of the ARRA Implementation Team, the contractor shall provide briefings to regional senior leaders on the status of ARRA funded projects. 4. PLACE/DELIVERY AND PERIOD OF PERFORMANCE: The work shall be performed during regular business hours. A government-furnished computer will be made available to allow access to various websites and completion of data input to various databases. Meetings will be held in the Regional Office and reviews of contract/agreement files must be completed in the Regional Office. Office space and standard equipment will be made available to the contractor for this work. The contractor shall estimate approximately one meeting per week (2 - 4 hours) with appropriate time for preparation and travel. Work assignments from the ARRA Implementation Team can vary but might involve approximately 8 hours of data input/research per month. Contract/assistance review will involve approximately 54 projects. 5. INSPECTION AND ACCEPTANCE: The work will be primarily performed in the Region 3 headquarters at Fort Snelling, MN. 6. GOVERNMENT FURNISHED EQUIPMENT OR MATERIALS/ INFORMATION: A government furnished computer and limited network access will be provided pending a minimum background investigation and completion of required training. Office space, equipped with necessary materials and equipment, to include telephone, printer and telefax will also be made available for work being performed within the Regional office. 7. AVAILABILITY: N/A 8. TECHNICAL COORDINATOR: Cathy Vanatta, Chief, Construction and Acquisition Division, Region 3, USFWS, Fort Snelling, Minnesota. (vii) The base period of performance is from June 1, 2009, through September 30, 2009, with an option to extend services for one additional year, from October 1, 2009 through September 30, 2010. Acceptance of services is Fort Snelling, MN; FOB Dest. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition (FAR provisions and clauses are available for review at http://www.arnet.gov/far). (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Offerors are to include with their price quotation, a narrative which addresses the following factors that will be used to evaluate offers: (1) Knowledge of the American Recovery and Reinvestment Act, related implementation guidelines and restrictions; (2) Knowledge of USFWS Acquisition Regulations and Policies; (3) Institutional knowledge of Region 3 Procurement and Engineering processes and procedures; (4) Geographic location that will provide flexibility and availability for ADHOC meetings and coordination sessions; (5) Must be or have been within the last 24 months FAC-C Certified; (6) Must have or have held within the past 24 months a Contracting Officers Warrant. (x) Each offeror shall complete, and include with its quotation, FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Failure to submit this provision, properly completed, may result in a non-responsive quotation. In addition, in order to measure the effectiveness of our acquisition process to meet the intent of the American Recovery and Reinvestment Act, please provide the following for INFORMATIONAL PURPOSES ONLY: (1) The approximate number of employees to be offered or retained continued employment by the prime contractor as a result of this contract are: ___ full time employees ___ part time employees; (2) The approximate value of expenditures to the local economy as a result of this contract through purchase or subcontract opportunities is: $_____; and (3) List any products or services that will be acquired through local sources (in the vicinity of the project site): _______________. (xi) The FAR clause 52.212-4 Alt. I, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) FAR clause 52.212-5 Alt. II, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, pertains as applicable to this acquisition. The following FAR clauses cited in the clause are applicable to this solicitation: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33, 52.232-36, 52.222-41, 52.222-42, and 52.222-43. The Department of Labor Wage Determination applicable to this procurement is 2005-2287 (Rev. 6). (xiii) Additional contract requirements or terms and conditions applicable to this acquisition are the following: FAR Clause Nos. 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, and 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements. The following option clauses are also included: 52.217-5, Evaluation of Options, 52.217-8, Option to Extend Services (fill-in "30 days"), and 52.217-9 Option to Extend the Term of the Contract (fill-in "30 days", "60 days", "1 year, 4 months". (xiv) [N/A] (xv) Quotes are due to the U.S. Fish and Wildlife Service, Region 3, Contracting and Facilities Management Office, 1 Federal Drive, Fort Snelling, Minnesota 55111-4056 by 4:30 p.m. CDT on May 25, 2009. Offerors may submit quotes by mail or facsimile transmission to the attention of Debbie Peterson. The fax number is 612-713-5151. Quotes are to include a completed FAR Clause 52.212-3 and be signed and dated by an offeror's authorized representative. Incorporate this RFQ No. 30181RQ346 into the quote either by reference or direct attachment. (xvi) Questions about this solicitation should be directed to Contracting Officer Debbie Peterson at telephone number (612) 713-5188.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/30181RQ346/listing.html)
 
Place of Performance
Address: U. S. Fish and Wildlife Service, Region 3, 1 Federal Drive, Fort Snelling, MN 55111-4056<br />
Zip Code: 55111<br />
 
Record
SN01821986-W 20090521/090520000841-88891fc415deb6ff57cb3edb29cfa440 (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.