Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1999 PSA#2428

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

R -- FRONT DESK CLERK SERVICES SOL N00244-99-T-B343 DUE 092199 POC Vicki Dyer, Contract Specialist at 619-532-2562; FAX 619-532-2575; email vicki_s_dyer@sd.fisc.navy.mil E-MAIL: click here to contact the Contract Specialist via, vicki_s_dyer@sd.fisc.navy.mil. DESC: This is Part 1 of 2 of a combined synopsis/solicitation for Commercial Services, prepared in accordance with the format in FAR Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION TO BE ISSUED. Quotes are being requested and no further written solicitation will be issued. The solicitation number for this Request for Quote is N00244-99-T-B343 and closes on 21 September 1999 at 3: p.m. Pacific Time. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on/after 01 June 1998. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr2000.com/ for more information. This solicitation is a 100% small business set-aside per FAR 52.219-1 and 52.219-6 (this means you must be a small business to quote); all eligible, responsible sources may submit an offer. The Standard Industrial Classification code (SIC) is 7389 and the business size standard is $5,000,000. The Federal Service Code is R607. The Fleet and Industrial Supply Center intends to award a contract for a base year (12 months) and four option years, with performance to commence on 1 Oct 99. Service will be performed at the Naval Air Warfare Center, Pt. Mugu, CA. The requirement is for a firm fixed price contract awarded as a result of this combined synopsis/solicitation. Evaluation: The Government intends to issue a single award to the responsible Offeror whose offer is the most advantageous to the Government, offering the greatest value considering price and other factors. Award will be made to the Offeror meeting the requirements stated in the above statement of work/purchase description at the lowest overallprice. Statement of Work/Purchase Description: CLIN 0001 Provide Desk Clerk Service at the Bachelors Quarters located in Bldg. 27 of the Naval Air Warfare Center, Pt. Mugu, CA. Base Year period of performance from 1 October 1999 through 30 September 2000, in accordance with the contract Statement of Work. Quantity (Qty) is 12 months at $_____ per month = $______. 0002 Option 1. Continuation of Desk Clerk Service identified in 0001 above. Option 1 period of performance is from 1 October 2000 through 30 September 2001, in accordance with the contract Statement of Work. Qty is 12 months at $_____ per month = $______. 0003 Option 2. Continuation of Desk Clerk Service identified in 0001. Option 2 period of performance is from 1 October 2001 through 30 September 2002, in accordance with the contract Statement of Work. Qty is 12 months at $_____ per month = $______. 0004 Option 3. Continuation of Desk Clerk Service identified in 0001. Option 3 period of performance is from 1 October 2002 through 30 September 2003, in accordance with the contract Statement of Work. Qty is 12 months at $_____ per month = $______. 0005 Option 4. Continuation of Desk Clerk Service identified in 0001. Option 4 period of performance is from 1 October 2003 through 30 September 2004, in accordance with the contract Statement of Work. Qty is 12 months at $_____ per month = $______. Statement of Work: 1.0 Scope. The purpose of this contract is to provide desk clerk services for the Bachelor Quarters (BOQ) central assignment and records, or front, desk located in building 27 at the Naval Air Warfare Center, Point Mugu, Calif. Services are required 24 hours per day, seven days per week (including holidays), as follows: Shift 1A, one clerk, 0630 to 1500, seven days per week; Shift 1B, one clerk, 0630 to 1300, seven days per week; Shift 2A, one clerk, 1430 to 2300, seven days per week; Shift 2B, one clerk, 1430 to 2100, Monday through Friday; Shift 3A, one clerk, 2245 to 0645, seven days per week; and Office, one supervisor, 0630 to 1500, Monday through Friday. Note: the overlap of shifts is to facilitate reconciliation and transfer of the cash drawer. 2.0 Referenced Documents. The most current versions of the following Government documents, which are available at the work site for Contractor employee reference, form a part of this Statement of Work, to the extent specified herein: NAVPERS 15606,OPNAVINST 11103.1, OPNAVINST 11103.5, NAVCOMPT Manual (Volume IV), NAWSINST 11103.1, NA SO P3520, RAMCAS Manual, and Standard Operating Procedures. 3.0 Requirements. 3.1 Data Entry/Filing: The Contractor shall input data into a pre-existing Government developed, automated database and (in the case of down-time), maintain manual record files for the following information: (i) Reservation file display; (ii) Room/bed vacant/occupied status display; (iii) Past resident file; (iv) Trouble call log; (v) VCR Tape equipment check-out/return; (vi) Nonavailability certification; and (vii) Resident assignment file, listing the following elements: (1) Building number; (2) Room number; (3) Space number; (4) Name; (5) Social Security Number; (6) Basic Allowance for Quarters; (7) Pay Grade; (8) Rank/Rate; (9) Uniform Identification Code; (10) Telephone/PIN numbers; (11) Date In/Out; (12) Status; (13) Sex; and (14) Price. 3.2 Assign quarters pursuant to OPNAVINST 11103.1 and NAVPERS 15606 unless the Commanding Officer, Naval Air Weapons (NAWS), Point Mugu, invokes "Military Necessity" as outlined in OPNAVINST 11103.1 or issues certification of nonavailability as directed in OPNAVINST 11103.5. 3.3 Provide each new permanent or transient resident with a Welcome Aboard pamphlet or fact sheet as described in paragraphs 7310, 7320, 7330, and 7340 of OPNAVINST 11103.5. The Welcome Aboard pamphlets and fact sheets will be prepared, updated, inventoried, and maintained by the Government. 3.4 Maintain the personal message bulletin board in the front desk area. Messages shall be hand-printed on Government-furnished Standard Form 63 or similar message forms. The completed, legible message shall be folded to conceal the test, and shall be placed on the bulleting board and a call shall be placed to the resident's room and/or work place. In the event that any called identifies the nature of a call as an emergency, the clerk shall personally notify the resident within five (5) minutes of the emergency message. In the event the clerk is unable to locate the resident within the BOQ complex (within 5 minutes), the NAWS Junior Officer of the Day (JOOD) shall be notified of the emergency immediately and will be responsible for locating the resident concerned. 3.5 Check-in residents utilizing BQ registration cards or computer printed forms. 3.6 Record all monetary transactions and maintain separate transaction records for Bachelor Officer Quarters, Bachelor Enlisted Quarters, telephone charges, and sundry items sales; collect funds and close out transaction records daily. The Contractor shall be responsible for contents of the cash register; the register shall be counted out and balanced at the end of each shift. Daily activity Records (DAR) shall be dropped in the night deposit safe located in building 27 at the end of each shift. 3.7 The Government will provide a fund to the Contractor for the purpose of making change and for cashing personal checks for residents. The Contractor shall accept personal checks or charge cards for payment of fees/sundry sales providing the resident presents a valid military identification card and provides the party's unit and unit mailing address are annotated on the check. The Contractor shall ensure that civilian residents of the BQ present official travel orders when cashing personal checks. Personal check cashing services for residents will be limited to $50.00 per person per day. 3.8 Notify the Building Petty Officer when a permanent resident is checking out in order for the room to be inventoried and inspected for cleanliness. 3.9 In addition to the above cited duties, the Shift 3 clerk will: (i) Cancel no shows for the day ending and place the no show registration in the file basket provided; (ii) Print the Certificate of Non-Availability (CAN) log for the day ending; (iii) Print the expected arrivals for the new day; (iv) Check the computer to ensure no double reservations have occurred. If double reservations are discovered, attempt to correct the same. Should corrections not be possible, notify the Leading Petty Officer or the CBQ Manager; (v) Print the query report prior to midnight; (vi) Complete the daily feeder computer report; (vii) Complete the daily computer night audit report; (viii) Print the daily computer housekeeping sheets; (ix) Complete the Base Automated Billeting System (BABS) backup procedures; (x) Print the soft file each Monday A.M. and place in the proper 3-ring file folder. 3.10 Review and initial the pass down log at the beginning of each shift. 3.11 Provide the wake-up call service to residents. 3.12 Provide an Office Supervisor to perform added responsibilities which involve controlling all scheduling matters with the Government; interacting directly with BQ Manager to decide on solutions to problems; meet with BQ Manager on issues such as workload, scheduling and assignment. The Supervisor shall work the first shift, which is from 0630 to 1500, Monday-Friday, and shall provide for 24-hour on-call assistance via pager for emergency purposes only. In addition, the supervisor shall: (i) Notify the CBH manager of accounts receivable past due 30 days; (ii) Maintain the INSIGHT data input to the computer; (iii) Maintain the CBH's central change fund in accordance with the RAMCAS Manual; (iv) be allowed to use his/her personal laptop for work purposes on Government premises; and (v) maintain all BH Central Cashier responsibilities. 4.0 Special Considerations. 4.1 Government Furnished Material. The Government will furnish all materials necessary to perform the work, such as office furniture, computer, cash register, telephones, forms specified herein and general office supplies. The Contractor will not be required to provide any materials, equipment or supplies in the performance of the effort required hereunder. 4.2 Security. The Government will provide the Contractor with keys to issue to residents upon check-in. Master keys provided shall not be removed from the premises of the NAWS nor shall they be duplicated. The master keys will be issued to authorized personnel only. Lost keys and the subsequent need for replacement of locks shall be controlled according to paragraphs 8820, 8822, 8825 and 8828 of OPNAVINST 11103.5. 4.3 General Appearance of Contractor Personnel. In the performance of the specific duties described herein, the Contractor's personnel may be the first point of contact for visitors at NAWS, Point Mugu. As such, Contractor personnel are required to be clean, and neat in appearance at all times. Personnel are required to wear dark trousers/skirts, white shirts/blouses, and men are required to wear a tie. In addition, personnel must wear a clearly visible name tag identifying the company and the employee's name. 4.4 Employee Qualifications. Contractor employees must have a minimum of one year general office experience; be able to type 40 WPM; and have knowledge of computer keypunch operation. The Contractor is authorized to invoice on a bi-weekly basis, on the first and the fifteenth of each month. The Contractor may only invoice for actual services performed, and failure to provide the required number of clerks for each shift, as identified above, will result in deductions from the Contractor's billing for affected shifts. The following clauses and provisions are applicable and hereby incorporated into the solicitation by reference: FAR 52.212-1, Instructions to Offerors; 52.212-2, Evaluation-Commercial Items is applicable to this acquisition, with the following information applicable to paragraph (b): past performance and price, with past performance and price being equally important. (Past Performance information submitted by quoters will be used to make a determination of whether the quoter has a satisfactory record of past performance. Quoters should, therefore, provide performance history and references to demonstrate satisfactory performance for at least three (3) prior similar contracts performed within the past year in the same geographical area in which services are to be performed. Information utilized in evaluation will be obtained from references identified by the quoter, as well as any other sources who may have relevant information. Quoters lacking relevant past performance data will not be evaluated favorably or unfavorably for this factor. A proposal lacking past performance data may not represent the most advantageous proposal to the Government, and thus may be an unsuccessful proposal when compared to proposals of other quoters. Past Performance will be evaluated using the following adjectival ratings -- OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon quoter's past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the quoter's past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the quoter's past performance); FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its Alternate I applies to this solicitation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraphs (b) and (c): FAR 52.232-18, Availability of Funds, FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workerswith Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33, Payment by Electronic funds Transfer -- Central Contractor Registration; FAR 52.232-34, Payment by Electronic Funds Transfer -- Other Than Central Contractor Registration; FAR 52.239-1, Privacy or Security Safeguards; FAR 52.17-5, Evaluation of Options; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract (fill in for paragraph (c) is 5 years); FAR 52.222-41, Service Contract Act; 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.215-5, Facsimile Proposals, DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions, with the following clauses applicable to paragraph (b); DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders; DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. Posted 09/07/99 (W-SN377150). (0250)

Loren Data Corp. http://www.ld.com (SYN# 0080 19990909\R-0005.SOL)


R - Professional, Administrative and Management Support Services Index Page