|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,1998 PSA#2106USACML&MPCEN&FM, Directorate of Contracting, ATZN-DC, BLDG 241C, FORT
MCCLELLAN, AL 36205-5000 R -- TEMPORARY PERSONNEL TO SUPPLEMENT GOVERNMENT PERSONNEL
SHORTFALLS. SOL DABT02-98-B-0002 DUE 061298 POC Contract Specialist
Diane C. Israel (256) 848-4318 (Site Code DABT02) This is a combined
synopsis/solicitation for commercial services 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. Bids are being requested and a written solicitation
will not be issued. The solicitation number for this procurement is
DABT02-98-B-0002 and is issued as an invitation for bid (IFB). This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular FAC 97-02. This
solicitation is set-aside for small business. The standard industrial
classification code is 7361 and the small business size standard is $5
million. A contractor must be registered in the Central Contractor
Registration database in order to be considered for this award. This
acquisition proposes to contract for personnel to work on a temporary
basis, depending on need, to supplement Government personnel
shortfalls. The type personnel required will range from general
clerical to managerial (An example of the type jobs which may be
required can be seen in the Administrative Support and Clerical,
Automatic Data Processing, Health, Information and Arts, Protective
Service, Technical and Miscellaneous Sections of the applicable
Department of Labor Wage Determination). The Wage and Hour Division
Directory of Occupations can be reviewed for additional information on
the Occupational titles contained in the Wage Determination. Each
delivery order issued against the resulting contract will identify the
line item (equivalent GS grade) and will include a description of the
type work to be performed (Job Description), required qualifications
and the number of estimated man-hours required. The contractor shall
have 10 working days to have the required personnel in place. The
contractor shall provide administrative supervision of the personnel
provided for the job. An on-site project manager should not be required
for the performance of the contract. The Government retains the right
to refuse an employee provided by the contractor due to past
performance or demonstrated work ethic problems. Security Clearances
are not required. The solicitation is for a 3-month base period and an
option period. The Base Period begins 1 July 1998 (or date of award,
which ever is later) and ends 30 September 1998. The option period
begins 1 October 1998 and ends 30 September 1999. This is a
requirements contract. All quantities are estimated and are based on
the Government's best estimate of requirements for the type personnel
required. Fort McClellan is scheduled for closure on 30 September 1999.
Requirements for 1999 may end prior to 30 September 1999. The line
items identified are General Schedule grades expected to be required.
Department of Labor Wage Determination 94-2001 for Calhoun County,
Alabama dated May 5, 1998 applies to this acquisition. The Bid Schedule
Follows: Base Period, 1 July 1998 through 30 September 1998; 0001AA GS
04 equivalent 521 HR; 0001AB GS-05 equivalent 521HR; 0001AC GS-07
equivalent 521 HR; 0001AD GS-09 equivalent 521 HR; 0001AE GS-11
equivalent 521 HR; 0001AF GS-12 equivalent 521 HR; 0001AG GS-13
equivalent 521 HR. Option Period 1, 1 October 1998 through 30 September
1999; 0002AA GS 04 equivalent 2087 HR; 0002AB GS-05 equivalent 2087 HR;
0002AC GS-07 equivalent 2087 HR; 0002AD GS-09 equivalent 4174 HR;
0002AE GS-11 equivalent 4174 HR; 0002AF GS-12 equivalent 6261 HR;
0002AG GS-13 equivalent 2087 HR. Unit Pricing must include G&A, Burden
and any other costs incurred to provide these services. Bid Schedule
pricing shall be provided on plain bond paper with company
identification clearly visible. FAX bids are allowed but must be clear
enough for the Government to identify information provided. Provisions
at 52.212-1. Instructions to Offerors-Commercial Items (excluding
paragraph h, Multiple Awards and substituting the following paragraph
h, Single Award. The Government contemplates single award of all items)
Representations and certifications as required by52.212-3 are required
as part of the bid submission. The following clauses apply to this
acquisition and are incorporated by reference: 52.212-4, Contract Terms
and Conditions-Commercial Items; 52.216-18, Ordering; 52.216-19, Order
Limitations; 52.216-21, Requirements; 52.222-3, Convict Labor;
52.233-3, Protest After Award; 52.203-6, Restrictions on Subcontractor
Sales to the Government, with Alternate I; 52.203-10, Price or Fee
Adjustment for Illegal or Improper Activity; 52.210-8, Utilization of
Small Business Concerns and Small Disadvantaged Business Concerns;
52.217-8, Option to Extend Services; 52.217-9, Option to Extend the
Term of the Contract; 52.219-14, Limitation on Subcontracting;
52.219-6, Notice of Total Small Business Set-Aside; 52.219-8,
Utilization of Small Business Concerns and Small Disadvantaged Business
Concerns; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action
for special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative
Action for Handicapped Workers; 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-41,
Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates
for Federal Hires; 52.222-43, Fair Labor Standards Act and Service
Contract Act-Price Adjustment; 52.225-3, Buy American Act; 52.225-19,
European Union Sanctions for Services; 52.225- 21, Buy American
Act-North American Free Trade Agreement Implementation Act and Balance
of Payment Program; 52.232-34, Optional Information for Electronic
Funds Transfer Payment; 252.225-7001, Buy American Act and Balance of
Payment Program; 252.225-7007, Trade Agreements; 252-225-7012,
Preference for Certain Domestic Commodities; 252.227-7036, North
American Free Trade Agreement Implementation Act. Internet addresses
are provided for the following: Federal Acquisition Regulation Clauses:
www.sarda.army.mil/frame3.htm. Directory of Occupations:
www.dol.gov/dol/esa/public/regs/compliance/whd/wage/main.htm. As part
of the Bid package, the contractor must provide a history of Past
Performance including location of performance, dollar value of
performance, type of performance and a point of contact name, address
and phone number; the priced bid schedule and that information required
by FAR 52.212-3. Bids are due by 1400 hours, 12 June 1998. Offers must
be submitted to the Directorate of Contracting, Building 241C, Fort
McClellan, Alabama 36205. FAX Number (256) 848-6450. For additional
information, you may contact Debbie Noojin at (256) 848-5219 or Diane
Israel at (256) 848-4318. (0147) Loren Data Corp. http://www.ld.com (SYN# 0093 19980601\R-0007.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|