Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2004 FBO #0905
SOURCES SOUGHT

U -- Administrative and Support Services

Notice Date
5/17/2004
 
Notice Type
Sources Sought
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, DC, 20227
 
ZIP Code
20227
 
Solicitation Number
FHQ04Q0040
 
Response Due
6/1/2004
 
Archive Date
6/16/2004
 
Point of Contact
Evelyn Daval, Contract Specialist, Phone (202)874-6979, Fax (202)874-7275, - Evelyn Daval, Contract Specialist, Phone (202)874-6979, Fax (202)874-7275,
 
E-Mail Address
evelyn.daval@fms.treas.gov, evelyn.daval@fms.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be issued and proposals are being requested. The solicitation number is FHQ04Q0040 and is issued as a request for quotation (RFQ). This solicitation, incorporated provision, and clauses are those in effect through Federal Acquisition Circular 97-19. This simplified acquisition firm fixed price requirement is set a side for small business concern. The North American Industry Classification System Code is 611710 with a corresponding size standard of $500. Description of Service: The U.S. Department of Treasury, Financial Management Services (FMS), 401 14th Street, Washington, DC 20227, has a requirement for Educational Support Services of (4) Contracted Internship Students for our Native Students (WINS) Program who shall work as part of a team, coordinating the efforts for certifying the validity of each Federal Program Agency (FPA), Certifying Officer's authority. The contractors shall be responsible for developing the content of a form letter, which will be signed by the FMS Project Manager. The contractors shall oversee that a package consisting of the form letter, a signature card, and any other associated forms is sent to each FPA Certifying Officer. The contractors shall review returned forms and signature cards to ensure that all the required information has been completed, and shall be responsible for updating the information in an Access database. The contractors will be responsible for contacting Certifying Officers who have not submitted re-certification paperwork and will be available to provide guidance to FPA's on completing the paperwork. The contractors shall provide the project manager with the name, title agency, telephone number and address of each Certifying Officer who has not returned the signature card and any associated forms. The contractors shall begin entering the data to revoke the authority of any Certifying Officers who has not provided the required information. The contractors will be working with the Financial Management Services, Diversity Day Planning Committee to plan and carry out events that may educate FMS employees about Native American Culture. The contractors will also begin planning events for Native American Heritage Month. The contractors also support FMS's recruitment efforts by providing copies of FMS vacancies to the Native American Community. The contractors shall have complete course work in a database management class, or should have experience in working with a database. The contractors should be knowledgeable of the Native American Community and its culture. This knowledge should not only be gained through education, but through a demonstrated affiliation with a Federally recognized Tribal Nation. Proposals will be evaluated based on technical acceptability offering the best value to the government, considering price and non-price factors. Performance period is June 8, 2004 through August 30, 2004, Monday through Friday, (8) hour days. Delivery FOB destination, interested offers should submit a price for items identified above. FAR 52.212-1, Instructions to Offers-Commercial applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial items is hereby incorporated by reference. The government will award a commercial item contract using simplified acquisition procedures to the responsible offer whose offer is most advantageous to the government. The offers will be evaluated on the basis of training requirement supportability. FAR 52.212-3 Offer Representations and Certifications-Commercial Items. FAR 212-4 Contract Terms and Conditions-Commercial Items apply to this acquisition. The clauses may be viewed at http://www.arnet.gov/far. FAR 52212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Order-Commercial Items apply to this solicitation. FAR 52.22-41, Service Contract Act of 1965, as amended (41 U.S.C. 351, et seq.). Interested offers are required to contact the point of contact (POC) for full text clauses, and past performance surveys. Offers are to be received by no later than 4:30 p.m., June 1, 2004 at FMS, 401 - 14th Street, SW, Room 457B, Washington, DC 20227. Fax quotations are acceptable. FAX No. (202) 874-7275. Point of Contact: Evelyn J. Daval, Contract Specialist, Phone (202) 874 6979, Fax (202) 874-7275, Email evelyn.daval@fms.treas.gov
 
Place of Performance
Address: Financial Management Services, 401 14th Street NW
Zip Code: 20227
 
Record
SN00587314-W 20040519/040517212347 (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.