Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

T -- Temporary Services / General Laborers - Past Performance Form

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Northeast (OS:A:P:B:N), 290 Broadway, 3rd Floor, New York, New York, 10007-1867
 
ZIP Code
10007-1867
 
Solicitation Number
TIRNE10Q00105
 
Archive Date
9/9/2010
 
Point of Contact
Norberto Duran, Phone: 2124361528, Cheryl D Richardson, Phone: 212-436-1518
 
E-Mail Address
Norberto.Duran@IRS.gov, cheryl.richardson@irs.gov
(Norberto.Duran@IRS.gov, cheryl.richardson@irs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
1.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Under this quotes are being requested and a written solicitation will not be issued. The solicitation number is TIRNE-10-Q-00105 which is being issued as a Request for Quotation. The Internal Revenue Service, Procurement, Office of Business Operations, Field Operations Branch – Northeast will be entering into an 100% Small Business Set-Aside Commercial Item Procurement using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-43. This requirement is restricted for which the North American Industry Classification System Code is 561320, and the Small Business Size Standard is $12.5 Million. Award for all items under this solicitation will be made to one responsive /responsible vendor only, based upon price, past performance and ability to demonstrate in writing with its offer that it is stationed and licensed to do business as a temporary service firm in Holtsville, New York as of the date and time set for receipt of offers. The Government will make award to the lowest priced, technically acceptable offer or the technical factors are not being assigned a point score but instead the proposal shall be considered for award if it meets the minimum criteria set forth in the RFQ. The successful offer or shall keep its license current and in good standing throughout the life of the order. Contractor must be registered in the Central Contractor Registration (CCR) at www.ccr.gov in order to be awarded this contract. Refer to Item Number II (1 – 4 under it) for information to be returned to Contracting Officer. I. STATEMENT OF WORK/ REQUIREMENTS Scope of Work The contractor shall furnish personnel to provide warehouse laborers to assist the IRS Modernization Information Technology Systems (MITS) Office in Holtsville, New York with the weekly dispatch and shipping of computer equipment. A. Work Requirements General Laborers: 1.Perform work associated with the receipt of incoming computer equipment. 2.Unpack cartons, stack, and place and arrange equipment as directed. 3.Perform work associated with the shipping out of computer equipment. 4.Verify carton contents, pack up equipment according to shipping guidelines, and affix proper shipping labels, close boxes, and transport to loading dock on carts. 5.Utilize dollies, skids, pallets, hand trucks, etc. to move, stack and or restack equipment. 6.Work will require lifting and carrying items that weigh up to 50 lbs. Heavier items may be moved with weight handling equipment or with assistance from other workers 7.Work performed will require standing, bending, stooping, and lifting in a warehouse environment 8.Report any damages to appropriate personnel 9.May be requested to complete receiving reports for submission to designated personnel. 10.May be requested to assist in taking physical inventories by counting stock and reporting results to designated personnel. 11.Work will be performed inside B. Skills/Abilities Required General Laborers • Must be able to lift cartons weighing up to 50lbs. • Must be able to lift empty cardboard containers and paper waste into compacting machines. • Must be able to work in a temperature controlled area (ADP space) and non-temperature controlled areas (dock, warehouse). • Must be able to operate a pallet jack. • Must have a willingness and ability to learn how to independently operate various pieces of machinery (strapping machines, pallet wrapper and floor cleaning machine). • Must be able to be on their feet for an entire 8-hour shift. • Must exhibit courtesy, politeness and concern in discussions with other personnel. • Must safeguard taxpayer and employee information to prevent unauthorized disclosure or unauthorized access. • Must be willing to work overtime if requested. C. Supervisory Control The contractor will have full supervisory control of the private sector temporaries. IRS supervisors may not perform supervisory activities such as writing performance appraisals, hiring, rewarding promoting, disciplining, or firing. However, IRS supervisors may give orientation and provide technical instruction. The contractor will provide Government’s Point of Contact, wit 5 calendar days after award, the name and phone number of the designated point of contact. D. Number of Temporaries The Government will require a fluctuating number of private sector temporaries to work two shifts. The number of temporaries working at the Holtsville site shall be a maximum of six (6) laborers. Workload and spikes in production will determine the number of temporaries required at any time during the year. The shifts are as follows: Day Shift (8am to 4:30pm) Evening Shift (3:30pm to 12am) E. Place of Performance All work shall be performed at the following IRS office: IRS/Brookhaven Service Center VITA/TCE Depot 1040 Waverly Ave Holtsville, NY 11742 F. Period of Performance September 07, 2010 through January 13, 2011. G. Training IRS supervisors may give orientation to provide technical instruction. H. Invoicing All Contractor invoice instructions, procedures, documentation, and routing shall be executed in accordance with all Government, Treasury, and IRS regulations. Contractor invoices shall be in hard copy (to be mailed) to the IRS primary point of contact. The contractor shall also provide invoices in accordance with IRS guidelines to the IRS payment office in Beckley, West Virginia. The Contractor shall invoice the Government for products provided and services performed. The Contractor will bill on a monthly basis. I. Point of Contact The Contractor Primary Point of Contact is: Name: Barbara Kaufman Telephone Number: 631-447-4025 E-mail Address: Barbara.Kaufman@irs.gov Address: IRS Brookhaven service Center 1040 Waverly Holtsville, NY 11742 J. Security Contractors performing work within the IRS facility shall be required to comply with all IRS Security regulations. Contractors will have to be cleared for access with a visitor pass each day of contract performance and be escorted by IRS Personnel around the building. During the period of this contract, the rights of ingress and egress to and from any office for Contractor representatives shall be made available as deemed necessary by the Government. All Contractor employees whose duties under this contract require their presence at any Treasury, or Treasury bureau facility shall be clearly identifiable by a distinctive badge furnished by the Government. All prescribed information shall immediately be delivered to the IRS Security Office for cancellation or disposition upon the termination of the employment of any Contractor personnel. All on-site Contractor personnel shall abide by security regulations, applicable to that site. Should any effort required by this acquisition vehicle be performed at specified Government facilities, the Contractor shall abide by Department of Treasury Directive 85 02 regarding provisions for authorized entrance and exit at these facilities. The Contractor personnel shall work in a professional manner and comply with all security and confidentiality rules, regulations, policies and procedures required by the Government, necessary to complete this task. If due to the fault or neglect of the Contractor, his agents, or employees, damage occurs to any Government property, equipment, stock or supplies, during the performance of this contract, the Contractor shall be responsible for such loss or damage and the Government, at its option, may either require the Contractor to replace all property or to reimburse the Government for the full value of the lost or damaged property. All Contractor personnel requiring access to the Government's site will be subject to the security clearance procedures set forth in this Section, for Minimum Background Investigation (MBI). The applicable Contractor employees are subject to investigation by the Government. Applicable Contractor employees who undergo Minimum Background Investigation checks which reveal, but are not limited to, the following, may be unacceptable under this contract: conviction of a felony, a crime of violence or a serious misdemeanor, or a record of arrests for continuing offenses. The Contractor shall be liable for any security violations committed by their personnel. K. Insurance Requirement. (1) Within fifteen (15) days after the award of this contract, the Contractor shall furnish the Contracting Officer a CERTIFICATE OF INSURANCE as evidence of the existence of the following insurance coverage in amounts not less than the amounts specified below in accordance with the "INSURANCE - WORK ON A GOVERNMENT INSTALLATION" clause, Letter V. (2) The Contractor shall procure and maintain, during the entire period of performance under this contract, the following minimum insurance coverage. (a) Comprehensive General Liability $500,000 per occurrence (b) Workmen's Compensation: As required by Federal and State worker's compensation and occupational disease statutes. (c) Employer's Liability coverage: $100,000, except in states where worker's compensation may not be written by private carriers. (d) Other as required by State Law (3) The Certificate of Insurance shall provide for at least 30 days written notice to the Contracting Officer by the insurance company prior insurance company prior to cancellation or material change in policy coverage. Other requirements and information are contained in the aforementioned INSURANCE clause. This additional information will be incorporated as addendum in award. L. Disclosure of Information The winning vendor will be dealing with documents, which contain substantial taxpayer information, and matters subject to work product privilege. Should a person (Contractor's employees) make any unauthorized inspection(s) of confidential tax information, the terms of the Terminations (FAR 52.249-6) may be invoked, and the person (Contractor's employees) will be considered to be in breach of this contract. The contract contains the following disclosure clauses (IRM 1(14)20-1). 1052.224-9000 – Disclosure of Information – Safeguards (a)-in its entirety [(1), (2), and (3)} (b)-in its entirety 1052.224-9001—Disclosure of Information – Criminal/Civil Sanctions (a)-in its entirety [(1), (2), and (3)] (b)-in its entirety Privacy Act Notification (April 1984) in its entirety Privacy Act (April 1984) (a)-in its entirety [(1), (2), and (3)] II. INFORMATION TO BE RETURNED TO CONTRACTING OFFICER In order to be considered for award of this order please submits the following completed information no later than 4; 00pm ((Eastern Standard Time) Wednesday, August 25, 2010. Only emailed responses will be accepted at Norberto.Duran@irs.gov. 1. Supplies or Services and Prices/Cost (Item II. A) Note: Bidders shall quote a fixed-price hourly rate per employee for regular and overtime hours. Contractor’s employees will be paid only for hours actually worked (i.e. no holiday pay). Also the hours listed under Section A by each line item are only estimates. 2. Additional Information (Item II. B) 3. Representations and Certifications. Vendor must both complete The Representation and Certification electronically via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. or submit a completed copy of the Representations and Certifications under FAR provision 52.212-3, Offer or Representations and Certifications – Commercial Items. Full text of the provision may be accessed at http://www.arnet.gov. 4. Provide proof with its offer that it is licensed to do business as a temporary service firm in Holtsville, New York. 5. Provide name, address and telephone number of three Companies that you provided similar services to in the past 3 years. (Appendix A which is attached should be sent to these vendors to fill out. The vendors should submit there responses by or before August 20th, 2010. Information Concerning RFQ All questions concerning this request for quotation should be directed to Norberto Duran, Contracting Specialist, in writing only via email at Norberto.Duran@irs.gov. Deadline for submission of questions is August 20, 2010 at 12:00 noon (Eastern Standard Time). Wage Determination No. 2005-2373, Revision No. 9, dated 06/15/2010 applies here. A copy can be obtained at www.wdol.gov. Anticipated Award Date: On or before August 27, 2010. A. SUPPLIES OR SERVICES AND PRICE/COSTS Line 0001: General Operators for Day Shift (8am to 4:30pm) at Brookhaven Service in accordance to Performance Work Statement above. 3 Operators Qty 2,352 Unit Price: ___________ Total Amount: ___________ Line 0002: General Operators for Day Shift (3:30pm to 12am) at Brookhaven Service accordance to Performance Work Statement above. 3 Operators Qty 2,352 Unit Price: ___________ Total Amount: ___________ * Please add up all total amounts on the lines above and provide bottom line total B. Additional Information Company Name: _________________ Mailing Address: _____________________________________________ Remit to Address: ____________________________________________ Telephone Number: _________________ Fax Number: _________________ Representative’s Email Address: ___________________________________ Open Market: YES NO ________ GSA Contract Number/Other Contract (if applicable):_________________________ Expiration Date: ______________________ Business size as listed on GSA Schedule (if different from below):________________ Payment Terms: Net/10 Net/20 Net/30 ______ Shipping Charges if applicable: _________________________ Number of delivery days: ____________________ * Is your company a corporation? YES NO ______ * Is your company a partnership, sole proprietorship, individual estate, trust, or joint? venture? YES NO If yes, which of the above________________ Size of Business: Large ______ Small ______ Please check all that applies: ____Small Disadvantaged ___ Small Women-Owned ____ HubZone Small ____ Service Disabled Veteran-Owned Small ____ Small Veteran-Owned ____ 8(a) *Is your company registered in CCR? YES NO _____ If no, you must register at http://www.ccr.gov. The Government can only do business with a company who is registered. Federal Tax ID Number:__________________ DUNS Number: ____________ Name & Title of Quoter: ____________________, ____________________ Signature of Quoter: _______________________ Date: ___________________ C. Provision/Clauses The provision at FAR 52.212-1 – Instructions to Offerors-Commercial Items, and FAR 51.212-3, Offer or Representations and Certifications – Commercial Items, apply to this acquisition. Quoters are advised to include, as specified in item II. 3 above, a complete copy of the provisions at 52.212-3 with this offer. For 52.212-2, Evaluation: Quotes will be evaluated and awarded on a best value determination for the offer that is most advantageous to the government. A best value determination will be based on price and past performance. In assessing the offer or’s experience, the Government may contact one or more of the references identified by the offer or. The clauses at 52.212-4, Contract Terms and Conditions – Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, apply to this acquisition. The following are addenda to FAR 52.212-4, and are applicable to this acquisition: 52.204-7, Central Contractor Registration; 52.216-18, Ordering; 52.216-19, Order Limitations; 52.216-21, Requirements and 52.228-5, Insurance- Work on a Government Installation. The following FAR Clauses cited under 52.212-5 are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor—Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.225-16, Sanctioned European Union Country Services; 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration. 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.). Primary Point of Contact: Norberto Duran Secondary Point of Contact: Cheryl J Richardson Contracting Office Address: 290 Broadway, 3rd Floor New York, New York 10007-1867 Place of Contract Performance: Internal Revenue Service Brookhaven Service Center Holtsville, NY 11742 United States Allow Vendors To Add/Remove From Interested Vendors: yes Allow Vendors To View Interested Vendors List: no
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/IRSNPBAPFNE/TIRNE10Q00105/listing.html)
 
Place of Performance
Address: IRS, 1040 Waverly, Holtsville, New York, 11742, United States
Zip Code: 11742
 
Record
SN02239202-W 20100814/100813000142-b9d42a4a92b89f797dea535a9dd281d7 (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.