COMMERCE BUSINESS DAILY ISSUE OF APRIL 23, 2001 PSA #2835
SOLICITATIONS
R -- PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT SERVICES
- Notice Date
- April 19, 2001
- Contracting Office
- USAID, M/OP/HRAM/AFM, 1300 Pennsylvania Avenue, NW, RRB, ROOM7.10-061, Washington, DC 20523
- ZIP Code
- 20523
- Solicitation Number
- M/OP/04-191
- Response Due
- May 9, 2001
- Point of Contact
- Gwendolyn Ruffin, 202-712-5666, Internet: gruffin@usaid.gov
- E-Mail Address
- http://www.usaid.gov (gruffin@usaid.gov)
- Description
- The U.S. Agency for International Development (USAID) is requesting personnel security investigator services for the personnel security investigations program within the Northeast, South Central, Northwest and National Capitol regions through June 29, 2005 to be funded on a yearly basis. The issuance of a contract will be for individuals within a 100 mile radius from D.C. to include all Delaware and Maryland. The additional states are as follows: (NE) regions, Connecticut, Maine, Massachusetts, New Jersey, New York, New Hampshire, Pennsylvania, Rhode Island, Vermont; SC regions, Arizona, Arkansas, Colorado, Kansas, New Mexico, Oklahoma, Texas, Utah; NW regions, Alaska, Idaho, Iowa, Louisiana, Minnesota, Montana, Nebraska, North Dakota, Oregon, Washington, Wyoming and South Dakota. Work shall include a pre-employment interview of the applicant, personal investigative coverage of the applicant's educational and employment activities during the ten years preceding the date of investigative assignment. Personal investigative coverage of the applicant's residential activities during the five years preceding the date of the investigative assignment, and inclusion of a review of education, police, credit and court records when requested shall be completed. Security or other types of Special Investigations will normally be conducted in close association with Security branch management. Special projects related to investigative/operational case management shall be provided. Each contract shall specify: (1) The work to be performed by the Contractor; (2) The place(s) of performance; (3) An effective date and a completion date of the order; (4) The number of work hours ordered; (5) The fixed hourly rate; (6) A fixed price which shall constitute the maximum obligation of the Government to the Contractor for performance of the order, and (7) Where applicable to the specific order, Government furnished property and/or logistical support is to be provided to the Contractor. The Contractor shall be paid for authorized services provided at the following fixed hourly rates: 06/30/01 -6/29/02 @$30.40; 6/30/02 -- 6/29/03 @$31.30; 6/30/03 -- 6/29/04 @$32.20; and 6/30/04 -- 6/29/05 @$33.10. The Contract Line Items will be in accordance of Item No. 0001 Background Investigative Services and 0002 Other Direct Costs (i.e. Travel). Each order will contain (in addition to the fixed hourly rate), other direct costs necessary for the performance of the work including travel and transportation, per diem or subsistence. Investigations will be comprised of single scope Background Investigation to meet the requirements of Executive Order 10450 and EO 12968, special investigations relating to deliberate security compromises, preliminary investigations into violations of Title 18 U.S. Code and other special investigations as needed. The investigations shall comply with the Standards and requirements prescribed by the Office of Personnel Management in the Federal Personnel Manual (FPM), Chapters 731 through 736. In performance of effort required hereunder, the Contractor shall comply with the standards and requirements of (1) Federal Personnel Manual of the Office of Personnel; (2) all guidance provided by the Office of Security, Investigations Branch, and (3) the Privacy Act of 1974. Reports to be prepared under individual orders, will be specified therein. All such reports shall bear the name of the Contractor, and shall be prepared in the English language unless otherwise specified. Unless otherwise specified, all reports will be submitted in final form and in strict conformance to reporting requirements outlined in the Office of Security Investigator's (Handbook or Manual), and will be subjected to a thorough quality assurance review. A.I.D.'s Financial Management Office will issue an IRS Form 1099 at the end of the calendar year. The Contractor is responsible for the quarterly reporting of taxes. The MAXIMUM DELIVERY ORDER LIMITATION -- CEILING PRICE ON EACH INDIVIDUAL CONTRACT AGREEMENT will not exceed $20,000 including travel expenses. The Ceiling Price of the total issued shall not exceed $60,000 per year exclusive of travel expenses. These maximums shall not be exceeded unless a higher amount is established by modification. If at any time the Contractor has reason to believe that the cost will exceed the limitation, the Contractor shall notify the Contracting Officer. Any time the Contractor has reason to believe that cost will exceed 85% of the ceiling price, the Contractor shall notify the Contracting Officer. The following clauses and provisions are incorporated and are to remain in full force. FAR Part 52.212.1 Instructions to Offeror-Commercial Items (Oct 00) is incorporated by reference, applies to this acquisition. Clause 52.212-2 Evaluation-Commercial Items (Jan 99) Evaluation Factors will be based upon best value to the government; it's acceptability and price reasonableness. USAID will not evaluate an offeror's experience on the basis of the personal experience of the offeror's key personnel but actual personnel. However, USAID will consider the extent to which the offeror's key personnel have worked together in the past. USAID will evaluate the organizational experience of the offeror's proposed key subcontractors, if any. Offeror's that do not have a past experience record will receive a "neutral rating. In order to select the winning offeror, USAID will rank offerors from best to worst by making paired comparisons on the basis of superior capability, trading off the marginal differences in capability. If one offeror has the better capability, then that offeror will be the better value and the technical evaluation panel will make that determination. Each Offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items. Incorporated by reference are FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions-Commercial Items Required to Implement Statutes or Executive Orders-Commercial. Offerors wishing to respond shall submit the requested information as enclosed within the content of this solicitation by 4:00 P.M. on Friday, May 9, 2001. All responsible sources may submit an offer. Only written requests received directly from the requestor are acceptable. No phone calls. They are to be submitted via mail at 1300 Pennsylvania Avenue N.W., Rm 7.10-061, Wash, D.C. 20523. POC: Gwendolyn Ruffin, M/OP/HRAM/AFM. The proposed procurement is 100 percent set-aside for small business concerns. See Numbered Note 1.
- Web Link
- http://www.usaid.gov/procurement_bus_opp/procurement/announce/cbd (http://www.usaid.gov)
- Record
- Loren Data Corp. 20010423/RSOL001.HTM (W-109 SN50J6X2)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on April 19, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|