Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2010 FBO #3093
MODIFICATION

R -- Procurement Clerk

Notice Date
5/12/2010
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
United States International Trade Commission, Office of Facilities Management, Procurement, 500 E Street, SW, Room 414, Washington, District of Columbia, 20436
 
ZIP Code
20436
 
Solicitation Number
06200-OOAD-10035-502
 
Archive Date
5/21/2010
 
Point of Contact
Deborah L. Doyle, Phone: 202-205-2747, Myra Lay, Phone: 202-205-2739
 
E-Mail Address
Deborah.Doyle@usitc.gov, myra.lay@usitc.gov
(Deborah.Doyle@usitc.gov, myra.lay@usitc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE for Solicitation 06200-OOAD-10035-502 The United States International Trade Commission (USITC) has cancelled Solicitation 06200-OOAD-10035-50 in its entirety for the Procurement Clerk. This is a competitive combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Solicitation No. 06200-OOAD-10035/502 is issued as a Request for Proposal (RFP). This solicitation is being conducted under Simplified Acquisition Procedures (SAP), FAR Part 13.5 and FAR Part 12. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-39. The NAICS Code is 541990 and the Small Business size standard is $7.0M. The Government intends to award a Firm Fixed-Price contract. This is a Small Business Set-Aside. The U.S. International Trade Commission, Washington, DC, is seeking to locate a small business concern interested in providing a qualified Procurement Clerk to work at our facility for the following duties: 1. Records Keeper - monitor, track and be responsible for all procurement files: a. Primary function: Track, monitor, set up and organize, by putting together thru award only, documentation into files for the Security IDIQ and Help Desk Procurement working with our Contract Specialist (contractor). b. Secondary function: Track, log and monitor all other procurement files. This includes the logging in of requisitions and requirements received into the contracting office. c. Other than the two specified procurements in the primary function, clerk is not to be responsible for any set up or organization, to include putting documentation into files or putting procurement files together, distribution of documents or any other contract administrative functions. 2. Close Outs - clerk is to take all expired contracts prior to the date of the commencement of this order and request fund's balances, prepare and process Release of Claims documentation for the vendors, track status of the Release of Claims, work with the COTR in getting modifications completed for contracts with outstanding funds that have been released by the vendor. Set-up records for staging and subsequent release to records storage. Provide a resume addressing individual qualifications, to include Procurement training and your hourly rate times 2000 hours for a full-time position. Please provide this cost structure for all five (5) years requested. This will be a Firm-Fixed Price contract for a base period of twelve (12) months with four (4) option years. Instructions to Offerors: FAR 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated by reference. All Offerors must either include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial or include their ORCA certification in their proposal. An award will be made to the Offeror whose offer is considered to be the best value based on resume qualifications, past performance references and price. Interested sources must submit a capabilities package that includes a resume and 3 - 6 references demonstrating their experience with the tasks incorporated in the Statement of Work. Information provided must be detailed in the area(s) above so the Government can assess the ability of the individual you propose to provide the described services. Each response must reference the synopsis/solicitation number and/or title. In accordance with the NAICS provided, all Offerors must state whether they are a large or small business. Offerors are requested to provide their DUNS and CCR numbers. Vendors seeking award of a Government Contract must be registered in the Central Contractor Registration (CCR) database. CCR registration information may be found at www.ccr.gov. Interested parties must respond to this announcement by delivering or mailing responses to USITC, 500 E Street SW, Suite 315, Washington DC 20436 NLT 2:00 p.m. EST, April 22, 2010 or faxing to 202-205-3437. Questions will be accepted by e-mail to myra.lay@usitc.gov until 2:00 p.m. EST, April 19, 2010. Telephonic requests or questions will not be honored. The award will be subject to the following Federal Acquisition Regulation Clauses:52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items is incorporated by reference; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USITC/ITCOFM/ITCOFMP/06200-OOAD-10035-502/listing.html)
 
Place of Performance
Address: United States International Trade Commission, 500 E Street, SW, Room 315, Washington, District of Columbia, 20436, United States
Zip Code: 20436
 
Record
SN02147528-W 20100514/100512234958-3113747ab92334fec6f01160c6489555 (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.