Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,1998 PSA#2106

USACML&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