Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2009 FBO #2931
SOLICITATION NOTICE

R -- RECOVERY--R---CDI SCANNING PROJECT - QAQC Technician

Notice Date
12/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
BLM ID-STATE OFC HR&ADM SVC (ID953)1387 S. VINNELL WAYBOISEID83709US
 
ZIP Code
00000
 
Solicitation Number
L10PS01739
 
Response Due
12/14/2009
 
Archive Date
1/13/2010
 
Point of Contact
Haener, Janice M 208-373-3911, jhaener@blm.gov
 
E-Mail Address
Haener, Janice M
(jhaener@blm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. This solicitation is set-aside 100% for Small Business. Firm, fixed-price offers are requested under Request for Quotations (RFQ) solicitation number L10PS01739. This document incorporated provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-20. The NAICS code is 561320. The business size standard is $13.5 million.The Bureau of Land Management (BLM) at the Idaho State Office has a requirement to obtain a Quality Assessment/Quality Control Technician for the Cadastrial Survey Group for a one year period, approximately Mid January 2009 through Mid January 2011. The project is expected to begin approximately one week after the start time of a separate American Recovery Act CDI Scanning Project. The start time of the first project is not known at this time but is estimated to be the first part of January 2010. It is anticipated that services are that of a General Clerk II -01111 at $11.57/hr plus health and welfare benefits, and that services will be required for one individual with an estimated 40 hrs per week. Description of WorkIdentify and document electronic images not meeting quality standards of the Statement of Work that has been executed by the unassociated CDI scanning contractor. Preparation of aperture cards for return shipment back to the unassociated CDI scanning contractor for correction. Verify that document file naming, and aperture card image grading are correct. DeliverablesVerify that file formats and naming for each the digital images are correct. Perform the QAQC procedures to include: Verify that complete photo image captured and digital image not skewed, blurred, out of contrast, or flawed due to damaged photo image Verify digital image meet specifications for resolution, thresholding, paging, orientation Verify all alpha-numeric text is clear and legible Complete reports reflecting results of QAQC Inspects digital files and completes reports to calculate performance level and requests rescans All work shall be completed with a 98% accuracy rate. QUALIFICATIONS OF PERSONNEL: 1. Contractor personnel shall meet the qualifications specified above; 2. Contractor personnel shall be clean and neat in appearance; 3. Contractor personnel shall be able to read, write, and speak English; 4. Contractor personnel shall be able to work independently and complete assignments. The Government has a person whose name can be referred for this position. The Government reserves the right to reject contractor personnel at any time during the duration of the contract if they are deemed not to have the level of competence or abilities or for any reason found to be unsuitable for work required under the contract. A suitable replacement shall be provided the following work day or as soon as practicable.All potential contractor personnel will be subject to the Homeland Security Presidential Directive-12 (HSPD-12), "Policy for a Common Identification Standard for Federal Employees and Contractors". This includes minimum requirements for Federal personal identification verification (PIV) system. Everyone issued an ID badge must have a favorable background investigation, including a FBI fingerprint check; for most people, this will mean a National Agency Check with Inquiries (NACI) and must present two forms of identification. DAYS AND HOURS OF OPERATION - The office operates under a flexible work schedule. When the contractor is assigned to work it shall be based on eight hours per day Monday through Friday with a flexible work schedule between the hours of 7:30 am to 5:00 pm with the approval of the Supervisor. Work shall not be required on Federal holidays, BLM closures due to weather, or Executive Order. OVERTIME - Overtime is not anticipated however, during periods that overtime maybe required at the discretion of the Supervisor, the Contractor shall be paid overtime in accordance with Service Contract Act. LOCATION - Work will be done on-site at the BLM, Idaho State Office, 1387 S Vinnell Way, Boise, Idaho 83705. TRAVEL - Travel should not be required, If travel is required the contractor shall be reimbursed in accordance Federal Travel Regulations (41 CFR 301-304). SUPPLIES, MATERIALS, EQUIPMENT AND UTILITIES - The Government shall provide all normal office equipment and supplies necessary to do the work assigned.Wage Determination Number 2005-2159, Revision Number 8, dated 07/22/2009 shall apply. This can be found at http://www.wdol.gov/sca.aspx. The following provisions and clauses apply to this procurement: FAR 52.204-07 CENTRAL CONTRACTOR REGISTRATION; FAR 52.204-09 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL; FAR 52.212-04 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS - COMMERCIAL ITEMS (para (b) following clauses apply; FAR 52.219-06; FAR 52.219-27; FAR 52.219-28; FAR 52.222-03; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-50; FAR 52.232-33 para (c) following clauses apply FAR 52.222-41; FAR 52.222-42 [General Clerk II: Monetary Wage: $11.57 plus health & welfare of #3.35/hr; Annual and Sick Leave, Paid Holidays; FAR 52.222-43); FAR 52.212-01 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATION; FAR 52.212-02 EVALUATION-COMMERCIAL ITEMS (Past Performance shall equal Price). PAST PERFORMANCE: Offeror shall provide company/organization names, name of contact person and telephone number for three (3) contracts/orders performed within the last two years with work similar in complexity and magnitude to the work identified in the statement of work. Past performance can be based on the Contracting Officer's knowledge, contractor provided references, and other reasonable sources. PRICE: Please provide pricing for the base year and each option year as an hourly rate); 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (insert 12 months blank #1, 12 months blank #2). AMERICAN RECOVERY ACT CLAUSES: FAR 52.203-15 WHISTLEBLOWER PROTECTIONS UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009; FAR 52.204-11 AMERICAN RECOVERY AND REINVESTMENT ACT REPORTING REQUIREMENTS; FAR 52.244-06 SUBCONTRACTS FOR COMMERCIAL ITEMS. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications must be completed at http://orca.bpn.gov or a completed copy of the FAR 52.212-03 clause must be submitted with the quote. Quotes shall be submitted in writing on a SF 1449 or on company letterhead and must include the RFQ number, the company name, point of contact, address, phone number, fax number, DUNS number, any prompt payment discount terms, and all information required under the evaluation criteria. Quotes shall be received by December 14, 2009, 4:30 pm MDT at the Bureau of Land Management, Idaho State Office, 1387 S Vinnell Way, Boise, ID 83705, or by FAX at 208-373-3915. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/ID/L10PS01739/listing.html)
 
Record
SN02013885-W 20091203/091201235643-ff00d3305fe19d40120bfdb616a5dc3b (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.