SOLICITATION NOTICE
R -- ATTORNEY SERVICES
- Notice Date
- 9/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Equal Employment Opportunity Commission, Office of the Chief Financial Officer, Acquisition Services Division, 131 M Street, NE, 6th Floor, Washington, District of Columbia, 20507, United States
- ZIP Code
- 20507
- Solicitation Number
- RFQ0175-09
- Archive Date
- 9/25/2009
- Point of Contact
- Doreen P Starkes, Phone: (202) 663-4240
- E-Mail Address
-
doreen.starkes@eeoc.gov
(doreen.starkes@eeoc.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items. This solicitation, No. RFQ0175-09, is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 effective on August 11, 2009. This solicitation is considered a 100% total small business set-aside. The NAICS code associated with this solicitation is 541611 and the small business size standard is $7.0M. The Office of Legal Counsel (OLC) is the chief legal advisor to the Chair, the Commission, and the Commission Headquarters and Field Offices. OLC serves both as the Commission’s in-house counsel and as the Commission’s legal policy office. The work described in this Statement of Work is to be performed by an attorney with expertise in federal EEO Discrimination Law, particularly Title VII of the Civil Rights Act of 1964, as amended, 42 U.S.C. § 2000e et seq. (Title VII); the Equal Pay Act of 1963, as amended, 29 U.S.C. § 206(d) et seq. (EPA); and the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § 621 et seq. (ADEA). The attorney will update Commission Compliance Manual Sections, Enforcement Guidance, and/or related documents implementing federal EEO laws. The Title VII/ADEA/EPA Division, under the direction of an Assistant Legal Counsel, develops and interprets Commission policy under the provisions of Title VII, the EPA, and the ADEA by developing EEOC Compliance Manual Sections, Enforcement Guidance, and other policy documents. SCHEDULE OF SERVICES: The quotation package shall include the following line item in a written quotation: CLIN 0001. Attorney Services – the Government estimates a maximum level of effort of 300 Hours, Unit Price $ __________ (per HR), Total Amount for CLIN 0001 $ _____________. SCOPE OF WORK: The contractor/attorney shall update EEOC Compliance Manual Sections, Enforcement Guidance, and/or related documents concerning issues arising under federal EEO laws. The contractor/attorney must thoroughly research, analyze, and apply the principles of federal employment discrimination laws and the related body of law, including court cases, federal regulations, EEOC Regulations and Guidelines, Commission precedent, and law review articles, to update Commission policy documents. The work must be performed independently and with minimal supervision. The contractor/attorney shall provide drafts to the Contracting Officer’s Technical Representative (COTR) for review and comment. Once the COTR reviews and makes comments, COTR will advise the contractor of the number of days the contractor has to incorporate the comments or changes. The draft and final versions shall be submitted electronically in Microsoft Word. The following are examples of the substance and format that will be required in an updated Compliance Manual Section: EEOC Compliance Manual, Section 12, “Religious Discrimination,” July 22, 2008. http://www.eeoc.gov/policy/docs/religion.html, EEOC Compliance Manual, Section 15, “Race and Color Discrimination,” April 19, 2006. http://www.eeoc.gov/policy/docs/race-color.html DELIVERIES/PERFORMANCE. Period of Performance: The period of performance is nine (9) months from the date of award. Place of Performance: Services will be performed at Contractor’s facility. Deliverables: The contractor/attorney shall update assigned Compliance Manual Sections and/or Enforcement Guidance documents with a full development of case law, Commission precedent, and Commission policy. The documents must be legally sound, technically authoritative, and clearly written. CONTRACT ADMINISTRATION: The Contracting Officer’s Technical Representative (COTR) is responsible for guiding the technical aspects of the project and general surveillance of the work performed under this contract, including the following: furnishing all instructions necessary for performance; inspection and acceptance of the services; and certification of the contractor invoices. The COTR is not authorized to make commitments or change any of the terms and conditions of this contract. Invoicing: The contractor shall submit one complete invoice each month which addresses the work performed. Each invoice shall contain, as a minimum, the following information: the contract/order number; total dollar amount and hours; total dollar amount and hours previously billed; and, total dollar amount and hours remaining. The invoice receipt date will be considered to be the date that a proper invoice is received by the payment office. The contractor shall submit the original invoice to the following address: National Business Center, EEOC Processing, ATTN: Karen Knoll, 7301 West Mansfield Avenue, Mail Stop D-2735, Denver, CO 80235-2230. The contractor shall submit a duplicate invoice to the COTR at the following address: U.S. Equal Employment Opportunity Commission, Office of Legal Counsel, Title VII/ADEA/EPA Division, 131 M Street, NE, 5th Floor, Washington, D.C. 20507-0001. SPECIAL CONTRACT REQUIREMENTS: Work performed in furtherance of this contract shall be performed exclusively by the contractor/attorney. The contractor/attorney shall be compensated on a labor-hour basis. The following requirements for the attorney services are specified in terms of minimum requirements. The contractor/attorney will require an expert knowledge of federal employment discrimination law under Title VII, ADEA, and the EPA and the related body of law, including court cases, federal regulations, EEOC Regulations and Guidelines, Commission precedent, and law review articles. The contractor/attorney must have an expert understanding of all aspects of the Commission’s mission, functions, and processes. The contractor/attorney must have the ability to apply this expert knowledge of federal employment discrimination law and the Commission’s mission and functions to the updating of Commission policy. The contractor/attorney must have excellent writing skills and write clearly and concisely. The contractor/attorney must also understand and use standard “Blue Book” citation format. The contractor/attorney must have excellent research and analytical skills. CONFIDENTIALITY OF INFORMATION: All information supplied to the contractor/attorney for the performance of this contract is deemed confidential. Information provided to or gathered by the contractor/attorney will be maintained in such a manner as to restrict access to only those individuals who have a legitimate need to see or review the material in order to accomplish the project. The contractor/attorney shall not disclose any confidential information obtained in the performance of this contract. Any presentation of any analytical materials or reports based on information obtained from the studies covered by this contract will be subject to review by the Contracting Officer’s Technical Representative (COTR) before publication or dissemination in order to have determined whether safeguards of confidentiality have been observed. Any information or material provided by EEOC or gathered or developed by the contractor/attorney will be used by this contractor/attorney only for the express purpose of performing this contract. Any information either provided by EEOC or developed by the contractor/attorney during this project shall be deemed at all times to be the property of EEOC. Any and all information described immediately above shall at EEOC's discretion be returned to EEOC or destroyed. SUBMISSION OF QUOTATION: Your quotation in response to RFQ0175-09 is due on or before 1:00 p.m. EST, September 10, 2009. The mailing address is as follows: U.S. Equal Employment Opportunity Commission, Acquisition Services Division, 131 M Street, N.E., Room 4SW14C, OCFO/ASD, Washington, D.C. 20507 Attn: Doreen Starkes, Contracting Officer. A quotation submitted via e-mail addressed to DOREEN.STARKES@EEOC.GOV will be accepted. Questions regarding this request for quotation should be submitted to Doreen Starkes, via e-mail to DOREEN.STARKES@EEOC.GOV. Telephone inquires or responses are not acceptable. The deadline for the submission of questions regarding RFQ0175-09 is September 8, 2009 at 1:00 p.m. EST. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. All responsible sources may submit a response which, if timely received, must be considered by the agency. The anticipated contract award date is on or before September 21, 2009. BASIS FOR AWARD: The Government intends to award a contract to the responsible quoter(s) whose quotation is responsive to the solicitation and is determined to be the best value to the Government, using the tradeoff approach. Selection of the best value to the Government will be achieved through a process of evaluating the strengths and weaknesses of each quoter’s quotation against the evaluation criteria described below. In determining the best value to the Government, the Technical Capability and Past Performance Evaluation Criteria, when combined, are more important that the evaluated price. The Government reserves the right to make an award to the quoter with the highest technically rated quotation rather than making an award at the lowest evaluated price. However, the Government will not make an award at a price premium it considers disproportionate to the benefits associated with the evaluated superiority of one technical quotation over another. Thus, to the extent that quoter’s technical and past performance quotations are evaluated as equal, the evaluated price is more likely to be a determining factor. Notice: The Government intends to evaluate quotations and make award without discussions. Therefore, the quoter’s initial quote should contain the quoter’s best terms from a price and technical standpoint. The Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. EVALUATION FACTORS FOR AWARD: Evaluation criteria are the relevant qualifications and requirements set forth herein, including an expert knowledge of federal employment discrimination law and the Commission’s mission and functions. The following factors shall be used to evaluate quotes (these factors are listed in their relative order of importance): Technical Capability, Past Performance, and Price. Factor 1 - Technical Capability – (1) Technical Approach - As evidenced by prior experience and a thorough narrative, the quotation must demonstrate a clear understanding of the requirement and the ability to provide the support and skills required to provide updated guidance for agency stakeholders, including employers and employees, on achieving and demonstrating compliance with applicable statutes, including best practices. The quotation will be evaluated for consistency, clarity, and organization. The description of the approach and strategy that the quoter proposes to complete each requirement in the SOW will be evaluated for completeness. The level of the quoter’s experience and understanding demonstrated relevant to the tasks outlined in the SOW will be evaluated; (2) Management and Staffing Plan – The quoter must demonstrate preferably through the submission of resumes of available staff, the quality and appropriateness of staff available to provide the requested support under this requirement. The comprehensiveness, clarity and organization of the Quoter’s staffing plan will be evaluated. The quoter’s ability to clearly demonstrate a strong capability to provide extensive experience legal research and writing and in EEO law, and Commission practice will also be evaluated. The quoter shall provide resumes (which will not be included in the page count but are limited to two pages each) for the key personnel proposed for services. Individuals designated as key personnel will be committed to the project for its duration and cannot be replaced without prior written approval of the Contracting Officer. Quotation must not simply repeat the SOW. Factor 2 - Past Performance: Quoter must provide references for at least three (3) contracts for related work performed. Contract information should include: 1. Name and address of client; 2. Name, title, and telephone number of Contracting Officer, or other point of contact; 3. Name, title, and telephone number of client’s program or project manager, if applicable; 4. Contract number, period of performance, and dollar value of contract; and 5. Description of services provided. Past Performance will be based on reference contact feedback on relevancy, quoter’s timeliness in performance, and customer satisfaction. In the event that a quoter has no Past Performance history, e.g., a new firm, this rating factor will be considered neutral and will neither increase a quoter’s overall rating nor decrease it. Factor 3 – Price: The Government will evaluate price in comparison to the independent Government cost estimate. The proposed price quote will be evaluated for the skill level(s) required. Prices must be reasonable for the tasks to be performed. PROVISIONS AND CLAUSES. The provisions at 52.212-1, Instructions to Offerors – Commercial Items applies to this acquisition. The provisions at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The quoter shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items with your quote. 52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements—Commercial Item Acquisition (Feb 2007). Clause 52.212-4, Contract Terms and Conditions-Commercial Items, and Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items are incorporated by reference. Clause 52.219-6 Notice of Total Small Business Set-Aside, Clause 52.219-28 Post Award Small Business Program Representation, Clause 52.222-3 Convict Labor, Clause 52.222-19 Child Labor—Cooperation with Authorities and Remedies, Clause 52.222-21, Prohibition of Segregated Facilities, Clause 52.222-26 Equal Opportunity, Clause 52.222-36 Affirmative Action for Workers with Disabilities, Clause 52.225-1 Buy American Act, Clause 52.225-13 Restrictions on Certain Foreign Purchases, Clause 52.232-7 Payments under Time-and-Materials and Labor-Hour Contracts, Clause 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration, Clause 52.222-41 Service Contract Act of 1965, Clause 52.222-42 Statement of Equivalent Rates for Federal Hires are incorporated by reference. To obtain the above provision/clauses in full text, please visit www.acqnet.gov/far/. Method of payment: Electronic Funds Transfer (EFT). Contracting Office Address: U.S. Equal Employment Opportunity Commission Acquisition Services Division 131 M Street, NE, 4th Floor, ASD/OCFO Washington, DC 20507-0001
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EEOC/OCFOAS/PMD/RFQ0175-09/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN01941712-W 20090906/090905000857-1720ecac3da9f6e1bb1ce97f1ef169fc (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 |