Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4,1998 PSA#2174

DHHS, Office of the Secretary, Office of Acquisition Management; Room 443H, Humphrey Building; 200 Independence Avenue, S.W.; Washington, D.C. 20201

R -- CLERICAL AND DATA ENTRY SUPPORT FOR THE OFFICE OF FINANCE SOL RFP-33-98-HHS-OS DUE 091198 POC Point of Contact: Cheryl Howe, Contract Specialist, 202-690-5552 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; proposals are being requested in response to the following statement of work and a written solicitation will not be issued. This is a request for proposal, RFP-33-98-HHS-OS. This solicitation document and its incorporated provisions are those in effect through Federal Acquisition Circular #97-07. This is a small business set-aside which will result in the award of a firm fixed price type contract. The SIC code for this acquisition is 7374, size standard $18.0. The period of performance shall be one year with two option years. Statement of Work: The Office of Finance requires ongoing clerical assistance as well as data entry support for a number of Finance projects and activities. These include but are not limited to the following: 1) New requirements under various legislation including: the Chief Financial Officers Act (CFO Act), the Government Management Reform Act (GMRA), the Government Performance and Results Act (GPRA), the Debt Collection Improvement Act (DCIA), the Federal Financial Management Improvement Act (FFMIA) and other key legislation. Requirements include financial management improvement projects and activities such as the preparation of CFO 5 Year Plan and performance measurement and reporting; 2) Support for the Financial Policies Group (FPG) and Department-wide CFO forums to facilitate the development of financial policies and the exchange of information with key staff of the Department and the Operating Divisions; and 3) Implementation of various governmentwide financial management improvement initiatives of OMB, the Department of Treasury and the CFO Council. Clerical Support and Skills Required: The clerical support required includes the preparation of final correspondence, filing, tracking, handling logistics related to scheduling meetings, answering phones, arranging for conference space and teleconferencing, general typing, proof-reading and editing. The person selected should be skilled in the use of personal computer equipment and software including Microsoft Office (Word 6.0, Excel, Powerpoint, File Manager, etc.) Word Perfect 5.0, 5.1 helpful but not required. Data Entry Support and Skills Required: Data entry support is also required to support the maintenance of a central project data base such as the CFO 5 Year Plan and performance measurement and reporting under the Government Performance and Results Act which would require the input and tracking of information related to the status of various financial management improvement projects and activities. The person selected should be skilled in the use of personal computers and software including Lotus Notes Groupware as well as Microsoft Office (Word 6.0, Excel, Powerpoint, File Manager, etc.) A total of two full-time persons are required with a combination of both clerical and technical skills — one person to support the Office of the Director, Office of Financial Policy and one to support the Immediate Office of the DASF. Either may assist other Finance components as necessary subject to management's discretion. The support is needed for a base period of one year and there will be two option years. The initial period must commence prior to September 30, 1998, and continue through Fiscal Year 1999. Submissions shall consist of separate price and technical proposals that address this requirement in sufficient detail that the following criteria can be used to evaluate submissions: Price -- Weight: 15%; Technical -- Weight: 30%; Past performance -- 55%. The business/price proposal shall include pricing for the base and option years. The technical proposal shall consist of a short narrative which states your understanding of the project and your management expertise and the resumes of the individuals proposed. The resumes should demonstrate working technical knowledge of all equipment andsoftware listed in this solicitation. In order to evaluate past performance, offerors must provide (as part of the technical proposal) the names and points of contact with current telephone and fax numbers from your three most similar recent contracts. The business proposal shall indicate the hourly rate to be paid and statements that 1) indicate your intention to comply with the wage determination cited and 2) indicate your intention to supply substitutes for the two persons during their vacation or sick leave. Therefore, services must be provided for 2000 hours (excludes Federal holidays) for each of the two positions. The provision at FAR 52.212-1 is applicable to this solicitation. Offerors must include a complete copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer as part of the business proposal. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this solicitation with the following two clauses checked: FAR 52.222-41, Service Contract Act of 1965 and FAR 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts). The applicable U.S. Department of Labor Wage Determination is WD No. 94-2103 (Rev 9) 11/15/96. Any clauses or provisions referenced in this notice can be accessed through the Internet address that follows: http://www.arnet.gov. Please submit (2) two copies of both the technical and business proposals. The government reserves the right to award based on initial proposals without entering into negotiations. Offers are due September 11, 1998, 12:00 NOON EDT, at the following location: Department of Health and Human Services, OS/Office of Acquisition Management, Room 443H, Humphrey Building, 200 Independence Ave., SW, Washington, DC, 20201, ATTN: Cheryl Howe. The contact point shall be Cheryl Howe, 202-690-5552. If hand- delivering the proposal, security will ask the courier to remain with the package in the lobby of the building and to call either Cheryl Howe on 690- 5552, or Cassandra Richardson on 690-8538. They will escort you to Room 443H where your proposal will be time stamped. Your proposal will only be considered valid with this time stamp. Please take this delay into consideration when hand-delivering. Proposals received through mail or other methods will also be time stamped upon receipt in Room 443H. If hand- delivering, please arrive at the building at least one hour prior to the time due to accommodate these security measures. Amendments to this solicitation, if any, shall also be published as a Commerce Business Daily Synopsis. See Note 1. Posted 09/02/98 (D-SN245059). (0245)

Loren Data Corp. http://www.ld.com (SYN# 0072 19980904\R-0013.SOL)


R - Professional, Administrative and Management Support Services Index Page