Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
SOLICITATION NOTICE

R -- Gift Appraisal - Solicitation

Notice Date
9/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Executive Office of the President, Office of Procurement, Office of Procurement, 725 17th Street, NW, Room 5002, Washington, District of Columbia, 20503
 
ZIP Code
20503
 
Solicitation Number
WHO-S-11-0003
 
Archive Date
10/6/2011
 
Point of Contact
Gelila A. Teshome, Phone: 2023957671, Ronald M. Hansen, Phone: 2023956416
 
E-Mail Address
gteshome@oa.eop.gov, rhansen@oa.eop.gov
(gteshome@oa.eop.gov, rhansen@oa.eop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR BPA COMBINED SYNOPSIS/SOLICITATION FOR BPA (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. (ii) This solicitation is a request for quotations (RFQ), as a total small business set-aside, open only to small business concerns, under solicitation number WHO-S-11-0003, in order to establish a Blanket Purchase Agreement (BPA). (iii) This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular FAC 2005-53, effective August 4, 2011. (iv) This solicitation is for a total Small Business set-aside. (v) The Government anticipates awarding a single BPA for the required services. The contractor shall perform the services on the EOP complex located in downtown Washington, DC. The associated North American Industrial Classification System (NAICS) code for this procurement is 541990, with a small business size standard of $7 million. The Executive Office of the President, Office of Administration is seeking to purchase appraisal services for gifts received by Executive Office of the President employees while performing official business. The contractor shall provide pricing for the length of the BPA. Item # Estimated Hours Price Per hour Total 0001 - Base 240 0002 - Year 1 80 0003 - Year 2 80 0004 - Year 3 80 0005 - Year 4 80 Grand Total Evaluation of Quotes: The Government anticipates awarding a single BPA to the offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Past Performance 2. Technical/Management capability 3. Price The past performance factor is more important than technical/management. Past performance and technical/management, when combined, are more important than price. Submission of Quotes: The Government will only evaluate quotes that include the following information: I. Past Performance The past performance evaluation will examine how the Contractor's past and present performance validates expected performance and customer satisfaction for the EOP. In conducting the past performance assessment, the government may use data obtained from other sources as well as that provided in the quote. A major discriminator for the past performance evaluation will be the Contractor's actual performance on similar efforts. This review will focus on the size scope and complexity of the efforts, the performance measures/service levels applied, and the actual results achieved against those measures. The Government will evaluate past performance as a measure of the Government's confidence in the offeror's ability to successfully perform as proposed based on demonstrated record of performance. The offeror shall provide at least three completed past performance questionnaires (see Attachment A) from references related to the contractor's past performance providing Gift Appraisal services. If three references are not available, the offeror shall provide an explanation for the lack of references. The offeror may provide references from other Federal Government agencies, agencies of the state or local government, or possible private organizations requiring a similar scope of services. II. Technical/Management approach The technical/management approach evaluation will examine the Contractor's proposal to ensure that it provides sufficient information to support the qualifications and requirements listed in the statement of work. The Contractor shall submit a technical/management approach that demonstrates an understanding of the Government's requirements, and explains how it intends to successfully perform according to the statement of work. III. Price The Contractor shall submit price, utilizing the pricing schedule page one indicating the price for the services required across a five year period. Inquiries: All inquiries regarding this solicitation must be directed to: Gelila Tehsome, Contracting Officer (202) 395-7671 (office) gteshome@oa.eop.gov Description of the Requirements: The EOP requires services from Contractors capable of providing gift appraisal services in accordance with the Statement of Work. The contractor shall furnish all services in accordance with the attached Statement of Work, if and when ordered by the Contracting Officer or other authorized ordering individual during the ordering period. Each BPA shall have an ordering period from the effective date of the agreement through 60 months. Any order issued during the ordering period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The Contractor shall not be required to make any deliveries under this contract after 12 months from the expiration of the ordering period. Extent of Obligation and Purchase Limitation: The Government is obligated only to the extent of authorized purchases actually made under the BPA. The Government reserves the right to cancel this BPA at any time by providing written notice to the contractor of any such cancellation. The total of all orders under this BPA shall not exceed the simplified acquisition threshold. The BPA will be reviewed on an annual basis to determine if changes in market conditions, sources of supply, or other pertinent factors warrants the establishment of a new BPA or modification of any existing agreement. Individuals Authorized to Purchase Under the BPA: The Executive Office of the President, Office of Administration, Office of the Chief Financial Officer, Office of the Chief Procurement and Contract Management Officer is authorized to purchase under this BPA for all components of the Executive Office of the President. A list of individuals authorized to purchase under the BPA shall be provided to the contractor prior to award, and will be updated as required by the EOP. Invoices: An itemized invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. The Contractor shall submit invoices via email (.pdf format) for work completed, to the following: Financial Management Division Office of Administration invoices@oa.eop.gov Address questions to 202-395-7259 To constitute a proper invoice, the invoice must include the following information and/or documentation: • Name of business concern and invoice date • Contract or order number, or other authorization for delivery of property or services • Description, price, and quantity of goods/services actually delivered or rendered for each item billed • Shipping and payment terms • Name (where practicable, title, phone number, and complete mailing address of responsible official to whom payment is to be sent). The "remit to" address must correspond to the remittance address in the contract. • Other substantiating documentation or information as required by the contract. Statement of Work 1.0 Purpose This statement of work requires the contractor to provide the Executive Office of the President gift appraisal services for gift, received by staff within the Executive Office of the President. 2.0 Background The Office of Presidential Correspondence's Gift Unit manages all gifts for the President, the First Family and White House staff. The Gift Unit has five primary functions: (1) Record constituent and gift information through data entry, (2) Appraise gifts sent to the President, First Family and White House Staff, (3) Acknowledge receipt of gifts and reply when appropriate, (4) Store gifts, and (5) Publicly disclose certain gift information including, but not limited to, all gifts given by a foreign source and gifts retained by the President that exceed $335 in value. The Gift Unit performs appraisals on incoming gifts for several reasons: 1. Congress must be briefed on the receipt and value of various First Family gifts including gifts from foreign officials, and high-value gifts kept by the President. 2. The Gift Unit is responsible for determining the value of a Presidential gift before recommending a permissible final disposition under Federal statutes. 3. The Gift Unit must determine the value of a White House staff gift before that staff member can determine how they must legally handle the gift. Currently, the Gift Unit does not have personnel available to appraise gifts and requires contractor support to determine the value of items received by the office. Occasionally other components of the Executive Office of the President will also require appraisal services. 3.0 Scope The Contractor shall provide appraisal services for both domestic and foreign gifts. Currently, the Gift Unit has a backlog of approximately 1625 items that need appraising. Under the Government's initial BPA call, the contractor shall appraise the existing un-appraised items as well as appraise any new gifts received by the Gift Unit. In all calls, the contractor shall perform all research necessary to accurately determine the value of gifts. The contractor shall complete an EOP specific form accurately documenting the gift description, condition, and value. The types of items received by the Gift Unit include, but are not limited to the following: • Unique works of art that do not have a retail value • Antiques and items of rare historical value • Inscribed, personalized, or signed items • Rare, odd or unique items • Collectibles 4.0 Tasks The Government has an initial requirement to process approximately 1625 gifts already received by the Gift Unit. The Contractor shall also assess the value of new gifts received during the ordering period(s). Occasionally, the Gift Unit requires prioritized appraisals. Particularly this occurs when the President chooses to retain an item, or wishes to know the value so that he may decide its disposition. In these circumstances, the appraiser shall appraise the item within two business days of the Gift Department's request. 5.0 Deliverables Completed Gift Value Form- Upon completion of an appraisal, the contractor shall deliver the required form to the customer. 6.0 Requirements The contractor shall meet the following minimum requirements: • The appraiser(s) shall hold a Washington DC Certified General Appraiser License or have equal certification from another state. The appraiser(s) must also have: o Expertise in both foreign and domestically sourced items o 10+ years of experience o Appraiser(s) shall also have experience and expertise valuing a breadth and depth of items including, but not limited to:  Historical artifacts and antiques (particularly political/US historical items)  Works of art: oil paintings, sculptures, and sketches (amateur and professional)  Homemade items that were created with significant labor (hand-sewn clothing and quilts, carpentry, etc)  Sports memorabilia: autographs (both on equipment and standalone) and professional equipment (jerseys, footwear, etc)  Jewelry, medals, glassware & pottery of high and low value (foreign and domestic)  Rare books • Contractor personnel shall meet EOP specific security requirements outlined by the RFQ and mandated by the Office of Security and Emergency Preparedness. • Contractor shall abide by EOP confidentiality, non-disclosure, and restriction against advertising agreements. • Contractor must maintain gift security and use appropriate chain of custody procedures. • Contractor shall comply with Gift Unit policies, particularly those pertaining to keeping gifts onsite and in secure locations. • The appraiser(s) shall be able to commit to spend at least 8 hours per week in the Gift Unit. This includes any outside research (internet, discussion with outside contacts, etc.) which should be done while on site and should not require more hours than what has been agreed upon and approved by the Gifts Director. • The appraiser(s) shall also agree to honor short notice requests as described in the objectives above. 7.0 Government Furnished Materials 7.1 The Government will provide the contractor the following documents after award: • Gift Unit policy and procedures • Appraisal value documentation forms • Required security documentation 7.2 The government will also provide a computer and phone for use during onsite work. 8.0 Performance Location and Period of Performance The contractor shall work at the EOP complex in the Washington, DC metropolitan area. The government anticipates that the period of performance for each BPA call will be for one year after date of award with additional calls each year during the period of the BPA. Occasionally, however, the government will order BPA calls for shorter periods of time depending on the needs of the EOP. 9.0 Kick off meeting The Contractor shall attend a kick-off meeting with the Contracting Officer (CO) and the Contracting Officer Representative (COR) within 5 workdays after contract award. The meeting will be an introduction between the Contractor and Government personnel who will be involved in the BPA. The meeting will focus on a brief synopsis of the team's capabilities, management, security, authorization and reporting procedures. At a minimum, the attendees shall include key contractor personnel, CO, COR, and other key Government personnel as deemed necessary. The Government will provide an agenda to the contractor within 2 workdays after contract award. The kick-off meeting will be held at the Government's facility. Terms and Conditions The following solicitation provisions apply to this acquisition: FAR 52.212-1, "Instructions to Offerors-Commercial Items" (Jun 2008) FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" (May 2011) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (Jun 2010) 52.204-7 -- Central Contractor Registration. (Apr 2008) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the primary Government repository for Contractor information required for the conduct of business with the Government. "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the CCR database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; and (2) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN validation to the Government as a part of the CCR registration process. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) The Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to: (A) Change the name in the CCR database; (B) Comply with the requirements of Subpart 42.12 of the FAR; (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (Aug 2011): (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). _X__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). _X__ (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). ___ (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161). ___ (8) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Jan 2011) (15 U.S.C. 657a). ___ (9) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (10) [Reserved] _X__ (11) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-6. ___ (iii) Alternate II (Mar 2004) of 52.219-6. ___ (12) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. _X__ (13) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). ___ (14) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637 (d)(4).) ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (July 2010) of 52.219-9. _X__ (15) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). ___ (16) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (17) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (18) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (19) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (20) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). _X__ (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). ___ (22) 52.219-29, Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2011). ___ (23) 52.219-30, Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2011). _X__ (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ___ (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X__ (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X__ (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X__ (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). _X__ (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X__ (30) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). _X__ (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X__ (32) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (33) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (34) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (35) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ___ (ii) Alternate I (Dec 2007) of 52.223-16. _X__ (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). ___ (37) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ (38) (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (iii) Alternate II (Jan 2004) of 52.225-3. ___ (39) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X__ (40) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (41) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (42) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (43) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (44) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X__ (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). ___ (46) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ___ (47) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). ___ (48) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (49) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: _ X__ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __X_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.). ___ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) The following additional clauses also apply: 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acquisitin.gov [www.acquistion.gov] (End of clause) 52.242-15 Stop-Work Order (Aug 1989) 52.216-31 - Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition (Feb 2007) 52.232-18 Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) (xiii) Addendum: Attachment A, Past Performance Survey and Attachment B, Non-Disclosure Agreement. (xiv) There is no Defense Priorities and Allocation System rating assigned to this procurement. (xv) Quote Submittal: Quotes must be submitted so as to be received by the Contracting Officer no later than 12:00 pm EDT on September 21, 2011. The Government will only accept electronic copies of the quote. Contractors shall submit quotes via email to: gteshome@oa.eop.gov with the following subject line, "Gift Appraisal Services Quote Solicitation number: WHO-S-11-0003." Your entire offeror must be received by the time and date specified above in order to be considered for award. Do not include zip files. (xvi) The contracting officer for this procurement is Ms. Gelila Teshome and she can be reached at 202-395-7671 (gteshome@oa.eop.gov ). EOP SPECIFIC TERMS AND CONDITIONS General Information The following clauses, in addition to those above, will apply to the award resulting from this solicitation. Advertising of Award The Contractor shall not refer to this award in commercial advertising, or similar promotions in such a manner as to state or to imply that the product or services provided is endorsed, preferred, or is considered superior to other products or services by the Executive Office of the President (EOP), the Office of Administration, or the White House. This includes advertising, or similar promotions, in all forms or electronic, broadcast, and print media. In addition, the Contractor is restricted from reproducing the image(s) of the EOP or the White House in any form of commercial advertising, or similar promotion. This includes images of official seals and buildings. The reproduction of official seals and the images of buildings are a matter controlled by regulation and Executive Order. Any proposed usage of such symbols must be brought to the attention of the Contracting Officer (CO). Restriction Against Disclosure The Contractor agrees, in the performance of this task order, to keep the information contained in the source documents or otherwise furnished by the EOP in the strictest confidence, said information being the sole property of the EOP. The Contractor also agrees not to publish, reproduce or otherwise divulge such information, in whole or in part, in any manner or form, nor authorize or permit others to do so, taking reasonable measures as are necessary to restrict access to the information, while in his or her possession, to those employees who must have the information to perform the work provided herein on a "need-to-know" basis, and agrees to immediately notify the Contracting Officer in writing, in the event the Contractor determines, or has reason to suspect, a breach of this requirement. The Contractor is responsible for ensuring all employees involved in the performance of this task order sign a "Restriction Against Disclosure" statement Attachment B. The Contractor shall provide an original copy of each signed statement to the Contracting Officer prior to each employee beginning work. Personnel Security Requirements All physical and logical access to the Executive Office of the President (EOP) Complex requires approval by Office of Security and Emergency Preparedness (OSEP). Approval is granted after a suitability determination by OSEP, considering the results from required background checks and name checks. Contractors are granted access only after this approval is granted. All Contractor personnel must be at least 18 years of age and U.S. citizens. Due to the proximity of senior leadership and the First and Second families, all Contractors who require access to the EOP complex over 90 days must have been subject to a favorably adjudicated or at least initiated (from an approved Federal Government organization with security authority) Single Scope Background Investigation (SSBI). In addition to the SSBI, a name check performed by the Federal Bureau of Investigation (FBI), credit and an IRS tax check will be conducted by OSEP during the initial approval process. Evidence of a favorably adjudicated or properly initiated SSBI shall be presented to OSEP on the first day at the EOP Complex or within two weeks of being notified that their work will extend for longer than a 90 day period. Permanent access (beyond 90 days) is granted only after OSEP reviews and approves the results of the investigations. Contractors are responsible for providing personnel who meet EOP personnel security requirements. In this regard, Contractors are expected to perform initial background checks of potential employees. Failure to do so results in an unnecessary delay in beginning delivery order performance; results in a waste of Government resources to complete background checks on individuals who Contractors should have pre-screened; may result in unfavorable past performance evaluations for the Contractor because of a failure to meet delivery order requirements; and may be a factor for evaluation of any award/incentive fees, if applicable. Contractors shall be required to provide the following information of the Contractor staff that will need approval to gain access to the EOP Complex for performance of this order: - Full Name - Date of Birth - Gender - Social Security Number - Valid Mailing Address - Valid Phone Number - Place of Birth - Country of Citizenship Contractors may be required to provide additional information as necessary to be granted access to the EOP Complex. The Contractor shall provide this information to the designated COTR or the Contracting Officer. Contractor Acknowledgement of Terms and Conditions This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a delivery order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror" shall list exception(s) and rationale for the exception(s).   Attachment A PAST PERFORMANCE SURVEY SOLICITATION NUMBER: WHO-S-11-0003 A. Respondent/Agency Information Firm/Agency: ____________________________________________________ Typed/Printed Name: ____________________________________________________ Signature of Respondent: __________________________________________________ Title: _____________________________________________________ Phone No. _____________________________________________________ Email: _____________________________________________________ B. Contract/Project/Task Order Information. Complete the general contract information below: Name of Firm/Contractor: ___________________________________________________ Contractor/Task Order Number: ______________________________________________ Contract Type: ______________________________________________________ Project Title/Brief Description of Work: Total Dollar Amount of Contract (Base + Options): ___________________________________ Performance Period: __________________________________________________________ Type of Labor Used: __________________________________________________________ Completion Dates: __________________________________________________________ Please complete the survey and email to Gelila Teshome at gteshome@oa.eop.gov or fax to 202-395-3982 ATTN: Gelila Teshome, CO. Office Phone for CO: 202-395-7671. Past Performance Questionnaire. For the purposes of this questionnaire, the Government will receive an overall assessment of how well the Contractor can perform in accordance with the solicitation requirements using the ratings below. Past Performance Adjectival Ratings Excellent Essentially no doubt exists that the offeror will successfully perform the required effort based on their performance record. Risk Level: Very Low Good Little doubt exists that the offeror will successfully perform the required effort based on their performance record. Risk Level: Low Adequate Some doubt exists that the offeror will successfully perform the required effort based on their performance record. Risk Level: Moderate Marginal Significant doubt exists that the offeror will successfully perform the required effort based on their performance record. Risk Level: High Poor It is extremely doubtful that the offeror will successfully perform the required effort based on their performance record. Risk Level: Very High Unknown The offeror has little/no relevant past performance upon which to base a meaningful performance risk prediction. Risk Level: Unknown Rating: EXCELLENT GOOD ADEQUATE MARGINAL POOR UNKNOWN 1. What is your OVERALL assessment of the quality of the contractor's performance? Narrative: 2. Contractor's understanding of Contract requirements: Rating: EXCELLENT GOOD ADEQUATE MARGINAL POOR UNKNOWN Narrative: 3. Contractor's responsiveness in identifying and correcting problems: Rating: EXCELLENT GOOD ADEQUATE MARGINAL POOR UNKNOWN Narrative: 4. Contractor's performance in providing qualified and professional staff: Rating: EXCELLENT GOOD ADEQUATE MARGINAL POOR UNKNOWN Narrative: 5. Quality of reports and invoices that were generally free of errors: Rating: EXCELLENT GOOD ADEQUATE MARGINAL POOR UNKNOWN Narrative: 6. Timeliness, were deliverables submitted in accordance with the terms of the contract? Rating: EXCELLENT GOOD ADEQUATE MARGINAL POOR UNKNOWN Narrative: 7. Overall Customer satisfaction: Rating: EXCELLENT GOOD ADEQUATE MARGINAL POOR UNKNOWN Narrative: 8. Would your organization award another contract to this Contractor? Narrative: 9. Additional comments: Narrative:   Attachment B- Non-Disclosure Agreement EXECUTIVE OFFICE OF THE PRESIDENT OFFICE OF ADMINISTRATION NON-DISCLOSURE AGREEMENT Company Name: ____________________________________________________ Employee Name: ____________________________________________________ Date: ______________________________________________________________ Contract No.________________________________________________________ I, ___________________________, understand that, during the course of performance of this contract, I may be given access to information on a privileged and confidential basis about specific Executive Office of the President (EOP), White House or Executive Residence information or data that is highly sensitive or nonpublic. I hereby agree that I will protect from release or unauthorized disclosure, inadvertent or intentional, any and all information furnished to me by the Government under this contract or other information about which I may become aware during the course of performance under this contract. I acknowledge that I am specifically prohibited from publishing, reproducing or otherwise divulging any such information to any unauthorized person or entity in whole or in part. I further acknowledge that, while this information is in my possession, I shall take all reasonable measures to protect it from unauthorized disclosure and to restrict access to those who have a bona fide requirement for such access. I will direct all questions about the sensitivity of any such information or anything else regarding this agreement to the contracting officer or the contracting officer's technical representative. I understand that intentional conversion, conveyance or disposal of any such information, as well as official records containing such information, may subject me to criminal penalties under Title 18, Section 641 of the United States Code, including imprisonment for ten years or a fine or both. __________________________________ Signature Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EOP/OP/WashingtonDC/WHO-S-11-0003/listing.html)
 
Place of Performance
Address: Executive Office of the President, Office of Procurement, Office of Procurement, 725 17th Street, NW, Washington, District of Columbia, 20503, United States
Zip Code: 20503
 
Record
SN02565221-W 20110909/110907235320-5e518f3c4868e8c361908686ec63275e (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.