Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2003 FBO #0464
SOLICITATION NOTICE

R -- Temporary Services (Administrative/Clerical and Technical)Contract for the U.S. Army Corps of Engineers, Kansas City District, Kansas City, MO.

Notice Date
3/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Kansas City-Civil Works, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
DACW41-03-R-0065
 
Archive Date
6/7/2003
 
Point of Contact
Emma Nevins, (816)983-3825
 
E-Mail Address
Email your questions to US Army Engineer District, Kansas City-Civil Works
(emma.j.nevins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement may constitute the only solicitatio n; proposals are being requested and a written solicitation may not be issued. Therefore, please read this entire notice and the instructions herein. This acquisition will be made on an Unrestricted Basis. Offers are being solicited from both large and sm all business firms. The NAICS Code is 561320. The size standard is $11.5 million. A Best Value Award will be made to the firm that is the lowest price technically acceptable. In order to be determined technical acceptable, offerors must provide a techn ical proposal addressing its ability and demonstrated past performance to meet the following factors: (1) Timely Delivery of Services. Offeror must provide data and demonstrated past performance history that shows its ability to delivery temporary servi ces to the Kansas City District office and any of its field, project, or temporary location within 24 to 48 hours of notification (excluding weekends). The minimum acceptable level of quality is to be able to provide qualified temporary service employees within 48-hours of notification. (2) Personnel Data Submission. Offeror must provide data and demonstrated past performance history that shows its ability to provide personnel and statistical data as needed to the organization to account for all of the t emporary workers, their location, and their total time worked. The minimum acceptable quality level for Factor 2 is the offeror?s ability (and demonstrated past performance) to provide monthly statistical and personnel data to the organization showing num ber of temporary workers, location of workers, and total days worked. (3) Detailed Monthly Billing. Offeror must provide data and demonstrated past performance history that shows its ability to provide detailed monthly billing showing an itemized listing of each worker, hours worked, and location of work. The minimum acceptable level of quality for this factor is the offeror?s ability to provide certified monthly invoicing, inclusive of the aforementioned itemized listing on each worker. The certified m onthly invoicing must be performed by an official representative of the company who can attest to the accuracy of the invoice. An offeror must be found acceptable in all factors to be considered for an award. The Government will evaluate each offeror?s p ast performance in meeting the technical factors based on the information submitted by the offeror, as well as information that the Government collects by itself. (4) Acquisition of Technical and other Skilled Employees. Offeror must provide data and de monstrated past performance history that shows its ability to provide both clerical/administrative and technical skills such as laborers, engineering technicians, computer technicians, information management specialists, and realty specialists. The minimu m acceptable level of quality is an offeror?s ability to provide all positions listed herein for clerical/administrative skills and at least two technical skill positions. SCOPE OF WORK TEMPORARY STAFFING SERVICES. C-1 SCOPE: The scope of this contract i s to utilize the skills of private sector temporaries to meet critical needs on programs of the Corps of Engineers, Kansas City District. The Contractor shall ensure that the temporary employee requested and per task order meets the specific qualification s prescribed for that discipline. Further, upon receipt of a mailed, faxed, or verbal notice to proceed from a Contracting Officer, the Contractor has 48 hours to provide an employee to satisfy the task order requirement. The Contractor shall be held str ictly responsible to provide an employee who is highly qualified and meets all elements of the prescribed discipline. The Contractor shall notify the requestin g organization of the number of hours that the employee has worked previously. The Contractor IS REQUIRED to provide upon a monthly basis to the Contracting Officer data showing total number of temporary employees working within the organization, location of temporary employees within the organization, and total number of days each worked. Agency regulations prohibit the use of an individual temporary employee for more than 120 work days and therefore good statistical data must be maintained by the contra ctor in order to account for total work days. C-2 GENERAL: The Government will use this contract to obtain skills of temporary workers under the following conditions: a. During a absence of Government employee for a temporary period due to emergency, accident, illness, parental or family responsibilities, mandatory jury duty, etc. b. To carry out temporary non-recruiting work which cannot be delayed. c. For a need that cannot be met with current employees or applicants available to fill the need. C-3 REGULATORY AUTHORITY: OPM Regulation at 5CFR 300, subpart E, use of Private Sector Temporaries. USACE, Kansas City District regulations prohibit temporary workers from receiving any type of gratuities, or financial compensations beyond the contract sa lary. C-4 DEFINITIONS: a. A ?TEMPORARY HELP SERVICE FIRM? is a private sector entity that quickly provides other organizations with specific services performed by its pool of employees, possessing the appropriate work skills, for brief or intermittent periods. The firm is the le gally responsible employer and maintains that relationship during the time their employees are assigned to a client. The firm, not the client organization, recruits, tests, hires, trains, assigns, pays provides benefits and leave to, and as necessary, addr esses performance problems, disciplines, and terminates its employees. Among other employer obligations, the firm is responsible for payroll deductions and payment of income taxes, social security (FICA), unemployment insurance, and workers? compensation, and must provide required liability insurance and bonding. b. ?PRIVATE SECTOR TEMPORARIES? or ?outside temporaries? are those employees of a temporary help service firm who are supervised and paid by that firm and whom that firm assigns to various client organizations who have contracted for the temporary use of t heir skills when required. c. ?CRITICAL NEED?. A critical need is a sudden or unexpected occurrence; and emergency; pressing necessity or an exigency. Such occasions are characterized by additional work or deadlines, required by statute, Executive order, court order, regulation, or formal directive form a head of an agency or subordinate official authorized to take final action on behalf of the agency ahead. d. ?LOCAL COMMUTING AREA?. As defined in part 351 of OPM Regulations, is that area with a 35 mile radius of the work site. The work site may be the Kansas City District Office or any of its field/project or temporary locations in Kansas, Missouri, Nebrask a, or Iowa. e. ?CONTRACTING OFFICER?S REPRESENTATIVE (COR)?. The individual or individuals appointed by the Contracting Officer to act as the authorized Government representative and to oversee Contractor performance. f. ?CONTRACTOR?. The term Contractor as used herein refers to the individual or firm responsible for the compliance with terms and conditions of this contract. The Contractor shall be responsible for ensuring that the employee complies with the terms and c onditions of the contract. g. ?GOVERNMENT-FURNISHED PROPERTY?. Facility, equipment, and materials in possession of, or acquired directly by the government, and subsequently provided to the Contractor?s employees. C-5 ORDERING OF SERVICES: The Government shall order specific services through issuance of delivery orders. Neither a minimum or maximum amount of work is guaranteed. Funds for work performed under this contract are obligated at the time the order is issued. Orders will be placed on DD 1155, Order for Supplies or Service, and signed by the Contracting Officer. C-6 ORDERING OFFICIAL: The Contracting Officer is the only individual authorized to issue delivery orders. During emergencies or under urgent circumstances, delivery orders may be made verbally (and later confirmed in writing) by the Contracting Officer. C-7 INSURANCE: The contractor shall, at its own expense, provide and maintain during the entire performance of this contract the requisite insurance as identified by the Contracting Officer. C-8 APPROVAL OF CONTRACTORS EMPLOYEES: the government reserves the right to reject individual selectees of the Contractor at any time and request replacement. Selectees must be U.S. Citizens. Also, resumes of employees may be requested at the discretion of the Contracting Officer. C-9 LIMITATIONS: No one employee of the temporary help firm, within its local commuting area, may work under this contract for more than 120 work days in a 24 month period. The Government may secure a different individual from the firm, or after proper aut horization, authorize the extension of the same individual for a specific period. An agency may authorize the extension of the same individual up to a maximum of 240 workdays. The Corps of Engineers use of a private sector temporary shall not exceed an ov erall duration of 240 workdays (if a 120-day extension is granted to a worker) for any one individual situation. C-10 WORK HOURS: Contractor?s employees will be required to work within the Government?s established core hours of 9:00 a.m. to 3:00 p.m. with ? hour lunch break. At no time will the Contractor?s employee be allowed to work other than the designated schedu le without prior approval. C-11 DESCRIPTION OF CLASSIFICATION: WORDPROCESSOR I (Office Automation Clerk GS-326-3). Estimated maximum labor hours to be used during a performance period is 3,000 labor hours. Typing minimum 40 wpm. Basic skills and knowledge of Word Processor or similar computerized equipment, related s oftware (WordPerfect), and knowledge of grammar, spelling, and punctuation. This position may be required to utilize automated financial systems i.e. CEFMS, to carry out VISA purchasing, timekeeping and travel orders preparation. Interim access to the syst em will be granted by the Security Office based on a satisfactory 24/48 hour criminal (federal/state/local) background check and completion of the SF 85 Questionnaire for Non Sensitive Positions. Full access will be granted following full background inves tigation conducted by OPM or DSS equivalent National Agency Check. Types letters and reports. Performs some general office duties, i.e., mail, filing, receptionist. WORDPROCESSOR II (Office Automation Clerk GS-326-4). Estimated maximum labor hours to be used during a performance period is 3,000 labor hours. Typing minimum 40 wpm. Good working skills and knowledge of several computer programs (including WordPerfect) to prepare correspondence, charts and graphs, statistical tables, etc. Practical knowledge of grammar, spelling, punctuation, and ability to use reference materials and manuals to prepare material in correct format. This position may be required to utilize automated financial systems i.e. CEFMS, to carry out VISA purchasing, timekeeping and travel orders preparation. Interim access to the system will be granted by the Security Office based on a satisfactory 24/48 hour criminal (federal/state/local) backgrou nd check and completion of the SF 85 Questionnaire for Non Sensitive Positions. Full access will be granted following full background investigation conducted by OPM or DSS equivalent National Agency Check. Performs general office duties. SECRETARY I (Se cretary (OA) GS-318-4): Estimated maximum labor hours to be used during a performance period is 3,000 labor hours. Typing minimum 40 wpm, and good office automation skills, highly skilled in WordPerfect. Keeps chief?s calendar, coordinates clerica l work: types/reviews all correspondence, mail, files, personnel actions, etc. This position may be required to utilize automated financial systems i.e. CEFMS, to carry out VISA purchasing, timekeeping and travel orders preparation. Interim access to the s ystem will be granted by the Security Office based on a satisfactory 24/48 hour criminal (federal/state/local) background check and completion of the SF 85 Questionnaire for Non Sensitive Positions. Full access will be granted following full background in vestigation conducted by OPM or DSS equivalent National Agency Check. Works in a simple or informal office setting with limited complexity. SECRETARY II (Secretary (OA) GS-318-5): Estimated maximum labor hours to be used during a performance period is 3, 000 labor hours. Typing minimum 40 wpm, skill in several computer programs, highly skilled in WordPerfect. Assists chief and staff, coordinates administrative work good knowledge of spelling and grammar. This position may be required to utilize automated financial systems i.e. CEFMS, to carry out VISA purchasing, timekeeping and travel orders preparation. Interim access to the system will be granted by the Security Office based on a satisfactory 24/48 hour criminal (federal/state/local) background check an d completion of the SF 85 Questionnaire for Non Sensitive Positions. Full access will be granted following full background investigation conducted by OPM or DSS equivalent National Agency Check. Organizational structure is complex with formal controls. ENGINEERING TECHNICIAN III (GS-802-7): Estimated maximum labor hours to be used during a performance period is 1000 labor hours. Works with engineer and uses computer aided design and drafting techniques to take very basic sketches prepared by the enginee rs and develop them into preliminary and final plans of hydropower equipment and systems. Based upon very generalized information furnished by the engineer, makes layouts regarding the purpose of the equipment, basic requirements of form size capacity and suitable design approaches. Studies layout of new and existing structures to determine feasibility of component location, available space and access and clearance for maintenance. Performs basic calculations for sizing of equipment and for determining t he strength size and weight of components. Must be able to do skilled engineering technician work associated with a GS-9 Engineer Technician. LABORER (WG-2): Estimated maximum labor hours to be used during a performance period is 1000 labor hours. Perf orms tasks, which require mainly physical abilities and effort, involving little or no specialized skill or prior work experience. The following tasks are typical of this occupation: Loads and unloads trucks, and other conveyances; moves supplies and mater ials to proper location by wheelbarrows or handtrucks; stacks materials for storage or binning; collects refuse and salvageable materials. Digs, fills, and tamps earth excavations; levels ground using pick, shovel, tamper and rake; shovels concrete and sno w; cleans culverts and ditches; cuts tree and brush; operates power lawnmowers. Moves and arranges heavy pieces of office and household furniture, equipment, and appliances; moves heavy pieces of automotive, medical engineering, and other types of machiner y and equipment. Spreads sand and salt on icy roads and walkways; picks up leaves and trash. Performance period is for 12 months then the Government will consider exercising up to three (3) one-year option periods with performance continuing up to a maxim um of four (4) years and six (6) months. Exercising of option years is at the sole discretion of the government. Offerors should include a base year price as well as prices for each option year. The estimated maximum labor hours for each contract performan ce period are provided in the Scope of Work below. FAR Clause 52.217-8, Option to Extend Services, will be part of this contract. The base period of performanc e will commence the 1st day of the month following the execution of the contract and run for 12 months. Option periods will commence the day after expiration of the previous period. All offerors are to provide a price proposal which will consist of a unit price for all of the following CLINS (base and option periods). Base Performance Period: CLIN 0001AA, Word Processor I $_______ Hourly Unit Price. CLIN 0001AB, Word Processor II $_______ Hourly Unit Price. CLIN 0001AC, Secretary I $__________ Hourly Unit Price. CLIN 0001AD, Secretary II $ ______ Hourly Unit Price. CLIN 0001AE Engineering Technician III $______Hourly Unit Price. CLIN 0001AF Laborer $______ Hourly Unit Price. CLIN 0001AG Realty Specialist $________ Hourly Unit Price. Option Per iod One: CLIN 0002AA, Word Processor I $_______ Hourly Unit Price. CLIN 0002AB, Word Processor II $_______ Hourly Unit Price. CLIN 0001AC, Secretary I $__________ Hourly Unit Price. CLIN 0002AD, Secretary II $ ______ Hourly Unit Price. CLIN 0002AE Engineering Technician III $______Hourly Unit Price. CLIN 0002AF Laborer $______ Hourly Unit Price. CLIN 0002AG Realty Specialist $________ Hourly Unit Price. Option Period Two: CLIN 0003AA, Word Processor I $_______ Hourly Unit Price. CLIN 0003AB, Word Processor II $_______ Hourly Unit Price. CLIN 0003AC, Secretary I $__________ Hourly Unit Price. CLIN 0003AD, Secretary II $ ______ Hourly Unit Price. CLIN 0003AE Engineering Technician III $______Hourly Unit Price. CLIN 0003AF Laborer $______ Hourly Unit Price. CLIN 0003AG Realty Specialist $________ Hourly Unit Price. Option Period Three: CLIN 0004AA, Word Processor I $_______ Hourly Unit Price. CLIN 0004AB, Word Processor II $_______ Hourly Unit Price. CLIN 0004AC, Secretary I $_____ _____ Hourly Unit Price. CLIN 0004AD, Secretary II $ ______ Hourly Unit Price. CLIN 0004AE Engineering Technician III $______Hourly Unit Price. CLIN 0004AF Laborer $______ Hourly Unit Price. CLIN 0004AG Realty Specialist $________ Hourly Unit Price. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 00), 52.212-4 (Aug 00), 52.212-5, Contract Terms and Conditions Required to Implement Statut es of Executive Orders-Commercial Items (Aug 00), 52.216-18, Ordering (Oct 1995), 52.216-19, Order Limitations (Oct 1995), 52.216-21, Requirements (Oct 1995), 52.217-8, Option to Extend Services (Nov 1999), 52.217-9, Option to Extend the Term of the Contra ct (Mar 2000), 52.232-18, Availability of Funds (Apr 1984), and 52.232.19, Availability of Funds for the Next FiscalYear (Apr 1984). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing a nd submitted by faxed to the attention of Marianne Schrik or Ron Vest at (816) 426-5777. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, an d must be received by 12:00 (noon) Central Time, March 24, 2003. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. Prospective offerors shall notify this office of their intent to submit a proposal . It is the offeror's responsibility to monitor this site for the release of amendments (if any). Responses to this RFP must be received by 8 April 2003 no later than 12:00 PM (Central Time) at the U.S. Army Corps of Engineers, Kansas City District, ATTN: Civil Contracts Branch (Marianne Schrik), Contracting Division, 757 Federal Building, 601 E. 12th Street, Kansas City, MO 64106-2896. All proposals should be marked with the Solicitation Number DACW41-03-R-0063. Vendors not registered in the Central Co ntractor Registration (CCR) database prior to award will be ineligible for award.
 
Place of Performance
Address: US Army Engineer District, Kansas City-Civil Works ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN00273999-W 20030309/030307213638 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.