Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 19,2000 PSA#2604

U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar Hoover Building, Rm 6875, 935 Pennsylvania Ave., N.W., Washington, DC 20535-0001

R -- ADMINISTRATIVE SUPPORT SERVICES SOL RFP #945867 DUE 052600 POC Linda L. Ruppert, Contracting Officer, (304) 625-2444 DESC: (i) 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 and a written solicitation will not be issued. (ii) This combined synopsis/solicitation is issued as a Request for Proposal (RFP # 945867). (iii) This solicitation document and incorporated provisions and clauses are those in effect through FEDERAL ACQUISITION CIRCULAR 97-16. (iv) This solicitation is not restricted to a set-aside. Standard Industrial Classification Code is 8999 and the small business size standard is $5.0 Million annual receipts. A firm-fixed price purchase order will be issued as a result of this combined synopsis/solicitation. (v) The RFP is for contract support services for the period from contract award through September 30, 2000 and one option year: (Contract Line Item Number) CLIN 0001: Contract Support Services, 20 hours per week; CLIN 0002: Travel Expenses; CLIN 0003 Miscellaneous Expenses, i.e. Fed Ex, telephone, etc. (vi) The FBI intends to negotiate for the acquisition of contractor support services to conduct a full variety of position classification studies for the Criminal Justice Information Services (CJIS) Division, ranging from single position requests to complete reorganizations of Units, by employing the following methodologies and activities: A) Review the background of each request to evaluate its justification and merit and to determine that such requested action does not detrimentally impact on existing operations or positions; B) Conduct full fact finding, either through the research and review of current documentation or by obtaining telephonic and/or one-on-one information from supervisors, managers or employees engaged in the activity under study, in order to develop and formally document a full analysis of the requested action from a position classification perspective; C) Provide guidance/recommendations for completing position descriptions to establish new positions or to redescribe existing positions in the format appropriate to the position and by using the software containing the Office of Personnel Management's (OPM) position classification standards authorized by the Administrative Services Division (ASD); provide guidance/recommendations for any amendments that are required by which to process the requested action(s); and provide guidance/recommendations for preparing organizational charts and/or functional statements as may be required; D) Provide guidance/recommendations in preparing full evaluations of the position(s) by application of appropriate OPM position classification standards in order to determine and document appropriate title, grade and series of the position(s); E) Prepare informal communications or other appropriate correspondence to fully set forth the results of the position classification action(s) in conformance with established procedures used by theCJIS Division or the FBI; and F) Ensure that all position classification work accomplished is in compliance with the existing Memorandum of Understanding between the CJIS Division and the Position Classification Unit, ASD. (vii) All deliverables shall be made to the FBI, CJIS Division, 1000 Custer Hollow Road, Clarksburg, West Virginia 26306, to the attention of the individual who will be identified on the delivery order. Items shall be shipped FOB Origin. (viii) FAR 52.212-1, Instructions to Offerors- Commercial Items, applies to this acquisition. ADDENDUM To FAR 52.212-1, Paragraph (b), Submission of Offers. Submit three copies of signed and dated offers by Noon local time, May 26, 2000, to the FBI, Information Technology Contracts Unit, Attn: Linda L. Ruppert, Module E-2, 1000 Custer Hollow Road, Clarksburg, WV 26306 or facsimile at 304-625-5391. (ix) FAR 52.212-2, Evaluation- Commercial Items is incorporated by reference and applies to this acquisition. ADDENDUM to FAR 52.212-2 Paragraph (a) The following factors, in descending order of importance, shall be used to evaluate offers: ability to meet technical requirements, price, and past performance. For past performance evaluation, offerors shall provide the name(s), address(es), and telephone number(s) of any Government customer(s), that have utilized the offeror's services for the same or similar services during the past two years. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with offer. Offerors shall ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. For a complete list of Representations and Certifications, please contact Linda L. Ruppert by phone at 304-625-2444 or by facsimile at (304) 625-5391. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, is incorporated by reference and applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and the following additional FAR clauses are applicable: (11) 52.222-21, Prohibition of Segregated Facilities (FEB 1999); (12) 52.222-26, Equal Opportunity (E.O. 11246); (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (23) 52.232-34, Payment by Electronic Funds Transfer- Other than Central Contractor Registration (31 U.S.C. 3332); (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.); and (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (xiii) Additional requirements: 1) The contractor shall be willing to travel, in accordance with Federal Travel Regulations, to Clarksburg, WV, as directed by the FBI, if deemed necessary during the course of the work, with prior approval for same; 2) For any work performed on-site within the Clarksburg, WV city limits, the contractor shall be responsible for obtaining a city business license in order to meet Business and Occupation tax obligations. Any questions regarding the tax obligations may be directed to the following personnel of the City of Clarksburg: Director of Finance (304) 624-1650 or City Manager (304) 624-1677; 3) Contractor personnel who require routine access, more than five days or recurring access visits of 90 days or longer to FBI facilities in support of this contract shall be subjected to a full field background investigation and adjudicated for a Secret Security Clearance; 4) Contractor personnel who do not require routine access 1-5 days or recurring visits to the FBI facilities shall be subjected to a FBI-conducted Limited Background Investigation. (xiv) DPAS rating: N/A. (xv) CBD Numbered Notes: N/A (xvi) Submit three copies of signed and dated offer by Noon local time, May 26, 2000 to the FBI, ITCU, Attn: Linda L. Ruppert, Module E-2, 1000 Custer Hollow Road, Clarksburg, WV 26306 or facsimile at 304-625-5391. (xvii) Name and telephone number of individual to contact for information regarding the solicitation: Linda L. Ruppert, 304-625-2444. Posted 05/17/00 (W-SN455764). (0138)

Loren Data Corp. http://www.ld.com (SYN# 0069 20000519\R-0004.SOL)


R - Professional, Administrative and Management Support Services Index Page