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