Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1998 PSA#2164

Department of the Navy, Naval Sea Systems Command, 2531 Jefferson Davis Highway, Arlington, VA 22242-5160

R -- HUMAN RESOURCE SERVICES SOL N00024-98-R-9004 DUE 090498 POC Randolph Serman III (703) 602-8998 (i.)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Any resulting contract from this solicitation will be a Firm Fixed Priced contract.(ii.)This SOLICITATION NUMBER N00024-98-R-9004 is issued as a request for proposal.(iii.) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #97-07 and Defense Acquisition Circular #91-13.(iv.) The following clause is incorporated FAR 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (JAN 1997) (a)(1) The standard industrial classification (SIC) code for this acquisition is 8744.(2) The small business size standard is $5.0. (b)`Representations. (1) The offeror represents and certifies as part of its offer that it [ ] is, [ ] is not asmall business concern. (2)(Complete only if offeror represented itself as a small business concern in block (b)(1) of this section.) The offeror represents as part of its offer that it [ ] is, [ ] is not a small disadvantaged business concern.(3)(Complete only if offeror represented itself as a small business concern in block (b)(1) of this section.) The offeror represents as part of its offer that it [ ] is, [ ] is not a women-owned small business concern.(c) Definitions. 'Small business concern,' as used in this provision, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision. 'Small disadvantaged business concern,' as used in this provision, means a small business concern that is (1) at least 51 percent unconditionally owned by one or more individuals who are both socially and economically disadvantaged, or a publicly owned business having at least 51 percent of its stock unconditionally owned by one or more socially and economically disadvantaged individuals, and (2) has its management and daily business controlled by one or more such individuals. This term also means a small business concern that is at least 51 percent unconditionally owned by an economically disadvantaged Indian tribe or Native Hawaiian Organization, or a publicly owned business having at least 51 percent of its stock unconditionally owned by one or more of these entities, which has its management and daily business controlled by members of an economically disadvantaged Indian tribe or Native Hawaiian Organization, and which meets the requirements of 13 CFR Part 124. 'Women-owned small business concern,' as used in this provision, means a small business concern (1) Which is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to sections 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act.(v.) List of CONTRACT LINE ITEM NUMBERS: CLIN 0001: Administrative Services (Staffing, Classification, Employee Relations and Benefits, Clerical, Administrative and Data Management Support) CLIN 0002: Training (vi.) DESCRIPTION OF REQUIREMENTS 1. Contractor shall provide support upon award for twelve consecutive months not to exceed 15,000 hours, and one option year not to exceed 15,000 hours. The HRC retains the option to review the resumes of those individuals proposed for this tasking. The same individuals(s) should be selected for the entire period of time requested. Work schedules will be determined by the HRC. A two day response time for contractor to report on site will be required. The Government does not guarantee a minimum of hours and will not exceed 15,000 hours per base year or option year. The task are to be assigned by issuance of task orders by the COTR. 2. DETAILED TASKS: 2.1 STAFFING:(SPECIALIST) Provide professional, technical, advisory support to implement merit staffing program. Ensure allpersonnel actions comply with the merit staffing plan and other regulatory guidance. 2.2 CLASSIFICATION: (SPECIALIST) Writes, or rewrites a position description (PD) and provides and evaluation statement in the factor evaluation system (FES) format. 2.3 EMPLOYEE RELATIONS AND BENEFITS: (SPECIALIST) Assist management in determining appropriate steps and options in disciplinary and performance actions and provide professional, technical, and advisory support. 2.4 TRAINING:(SPECIALIST) Provide professional, technical and administrative support to the Employee Development Program. 2.5CLERICAL, ADMINISTRATIVE AND DATA MANAGEMENT SUPPORT: (ASSISTANT) Provide a variety of administrative and data management support. (vii.) DELIVERY for CLIN'S 0001 and 0002 will be FOB Destination at the following locations when needed: Arlington, Va./Indianhead, Md./Carderock, Md. / Pensacola, Fl. (viii.) FAR 52.212-1 Instructions to Offerors-Commerical, is incorporated by reference and applies to this acquisition. (ix.) 52.212-2, Evaluation-Commercial Items is incorporated by reference and applies to this acquisition. ADDENDUM, 52.212-2, Para. (a). The following factors shall be used to evaluate offers: (i) Technical capability, (ii) Past Performance, (iii) Delivery, (iv) Price. Technical capability and Past Performance when combined, are more important than price(x.) Offerors shall include a complete copy of the provision 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERICAL ITEMS, with its proposal. Offerors in need of this clause may contact the POC in item 11 for a copy, or if you have access to the WORLD WIDE WEB you may get a copy at the following address: http//www.gsa.gov/far/. (xi.) FAR 52.212-4 "Contract Terms and Conditions-Commercial Items" is incorporated by reference and applies to this acquisition and resulting contracting. (xii.) FAR 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (Oct.1995) is incorporated in this contract by reference, however for paragraphs (b) and (c) only the following provisions apply to this acquisition: FAR 52.203-6,Restrictions on Subcontractor Sales to the government, with Alternate 1. FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C.423). FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns and Women-owned Small Business Concerns. FAR 52.219-9, Small, Small Disadvantaged and Women-owned Small Business Subcontracting Plan. FAR 52.219-14, Limitation on Subcontracting. FAR 52.222-26, Equal Opportunity 9E.O. 11246). FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (29 U.S.C. 4212). FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C.793). FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). FAR 52.222-41, Service Contract Act of 1965, as amended (41 U.S.C. 351, et seq.). FAR 52 222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). (xiii.) Additional contract requirements. N/A (xiv.) DPAS rating C9E. (xv.) CBD Numbered Note: N/A. (xvi.) Proposal are due 9/04/98 at 4:00 PM Eastern Standard Time at the Naval Sea Systems Command, Code 029P Bldg. NC3/Rm 4E12, 2531 Jefferson Davis Hwy, Arlington, Va. 22242-5160. Offerors Must acquaint themselves with the NEW regulations concerning Commercial item acquisition contained in FAR subpart 12 and must ensure that all Representations and Certifications are executed and returned as called for in this solicitation. (xvii.) For questions and a more in-depth description of the statement of work regarding this specific acquisition contact Mr. Randolph Serman (703) 602-8998. Offerors may fax a copy of their proposal to (703) 602-2204.***** Posted 08/19/98 (W-SN239049). (0231)

Loren Data Corp. http://www.ld.com (SYN# 0116 19980821\R-0018.SOL)


R - Professional, Administrative and Management Support Services Index Page