Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2009 FBO #2849
SOLICITATION NOTICE

R -- ARRA COORDINATOR - FAR provision 52.212-3

Notice Date
9/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-09-062-REL
 
Archive Date
10/9/2009
 
Point of Contact
Rita E Langager, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
(rita.langager@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2009) that must be completed and submitted with the offer. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition Procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), FAR 37.104, Personal Services Contracts (Public Law 103-332, Department of the Interior and Related Agencies Appropriation Act, Title II, September 30, 1994, 108 Stat. 2530 as implemented by 5 U.S.C. 3109), and FAR Subpart 37.6, Performance-Based Contracting. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price, performance-based, commercial item contract in response to Request for Quotation (RFQ)-10-09-062-REL. The solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The associated North American Industry Classification System code is 561320 and the small business size standard is $13.5 million. PRICE SCHEDULE - ARRA COORDINATOR: BASE YEAR: 2088 HOURS @ $____________________ per HOUR = $_________________________; OPTION YEAR ONE: 2088 HOURS @ $____________________ per HOUR = $_________________________; GRAND TOTAL: $_________________________. Potential contractors shall propose an all inclusive hourly rate. PURPOSE OF THE CONTRACT: The purpose of this contract is to hire a consultant for the Office of Environmental Health and Engineering at the PHS Indian Health Service, 2900 Fourth Avenue North, Billings, Montana who will provide assistance with the administrative requirements of the American Recovery and Reinvestment Act (ARRA) of 2009. The Billings Area Office of Environmental Health and Engineering (OEH&E) has received nearly $10 million of ARRA funding which requires a great deal of reporting by the Agency and the recipients of the funding. The ARRA projects are also on a very strict time-line and the ramifications of not meeting deadlines are great. PERFORMANCE WORK STATEMENT: The contractor will work closely with the OEH&E staff to become familiar with the ARRA reporting requirements, projects, and time-lines. The contractor will track the progress of each project and report it weekly to the Director of OEH&E. The contractor will point out any areas of concern. The contractor will be responsible for reporting in the following databases: (1) Recovery.gov; (2) The Division of Sanitation Facilities Construction's Project Data System, (a) The Division of Facilities Management's project database system and web share sites; (3) The contractor will provide assistance to the Tribes in regards to recipient reporting; (4) The contractor will provide technical guidance and information updates to ARRA reporting; and (5) The contractor will assist Service Unit and Area Office staff with interpreting reporting requirements. The contractor will meet bi-monthly with key Indian Health Service staff to discuss the ARRA project progress and problem areas. By the tenth of each month, the contractor will submit a monthly written report to the project officer of the contract activities. The contractor must be an experienced project manager, preferably with a degree in Construction Management, Architecture or Engineering. The contractor must be familiar with the use of databases and MS Excel. SUPERVISION: The Contractor is subject to the supervision and direction of the Project Officer or his/her designee. The supervisor will define the assignments (including procedures and methods to be used), priorities and deadlines. The supervisor will assist the Contractor with difficult or controversial aspects of the job requirement. Final work will be reviewed, as necessary, for conformance to policies, regulations and timeliness. GOVERNMENT FURNISHED PROPERTY: The Indian Health Service agrees to provide the Contractor with the following: (a) Office space, including a computer, supplies and telephone; (b) Clerical support; (c) Travel costs and any other transportation expenses in accordance with the Federal Travel Regulations (41 C.F.R. Chapter 300 through 304); and (d) General Services Administration (GSA) vehicle. The contractor is authorized, for official purposes only, to utilize interagency fleet management system (IFMS) vehicles and related services. The contractor shall provide evidence of motor vehicle liability insurance covering bodily injury and property damage to protect the Contractor and the Government against third-party claims arising from the use of an IFMS vehicle. The contractor shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The contractor shall comply with the requirements of FAR subpart 51.2, 41 CFR 101-39, 41 CFR 102.34 and the operator's packet furnished with each vehicle. REPORTING REQUIREMENTS: The contractor shall submit to the Contracting Officer, 15 days after each quarter, evidence that payment of employment taxes has been made. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contractor's performance will be measured based on the following Performance Requirements: (1) ARRA Project Tracking; (2) Provide quality and timely ARRA project reporting through established databases and other methods; and (3) Technical assistance for recipient reporting. The Performance Requirements will be measured against the following Government Performance Standards: (1) Weekly reports are provided and problem areas are brought to the attention of the OEH&E Director; (2) All reporting deadlines are met; and (3) As requested by the Tribes or recipients, technical assistance is provided. The Method of Government Surveillance to determine compliance with the Performance Requirements are as follows: (1) Weekly construction progress updates; (2) Project Data System and FM reporting system; and (3) The contractor will provide written proof to the Project Officer of the dates the requests for assistance with recipient reporting. Deduction Schedule: (1) A 1% reduction for each week a report is not received; (2) A 5% reduction for each reporting deadline missed; and (3) If recipient reporting assistance is not provided as requested, a reduction of 10% will be assessed. Deductions shall be assessed against individual invoices when services are not performed or do not meet contract requirements. PERIOD OF PERFORMANCE: The performance of this contract shall be for a 12-month term with one 12-month option. COMPUTER SECURITY: Pursuant to the Federal Information Security Management Act of 2002 (FISMA), the contractor will be required to complete a course in Computer Security Awareness Training (CSAT). This training must be completed annually. The Contractor will be required to comply with the Federal Information Processing Standards Publication (FIPS PUB) Number 201, "Personal Identity Verification of Federal Employees and Contractors," and the associated Office of Management and Budget (OMB) implementation guidance for personal identity verification for all affected contractor and subcontractor personnel. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to Ms. Carole Boerner, P.E., Acting OEH&E Director. The Contractor agrees to include the following information on each invoice: (1) Contractor's name and address; (2) Contract Number; (3) Invoice number and date; (4) Dates of Service including the number of hours worked and total amount due; and (5) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. CHILD CARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI). A CNACI must be completed for all Indian Health Service (IHS) contractor personnel within the Billings Area. Public Law (P.L.) 101-630, Indian Child Protection and Family Violence Prevention Act and P.L. 101-647, Crime Control Act of 1990, require the IHS to conduct a character and criminal history background investigation on all contractors performing services in IHS facilities. The character and background investigations will be conducted by the Administrative Specialist at the Billings Area Office. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. THE CONTRACTOR SHALL PROVIDE EVIDENCE OF, OR SUBMIT A WRITTEN RESPONSE TO, THE FOLLOWING TECHNICAL EVALUATION FACTORS. The following factors shall be used to evaluate offers: (1) Construction Management, Architecture or Engineering Degree (The offeror must submit evidence of degree with price quote = 35 POINTS; (2) Resume (The offeror must submit resume with price quote) = 35 POINTS; and (3) Past Performance Information = 30 POINTS (The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must list at least two contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/Hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program Manager and telephone number, if applicable; and (8) Administrative Contracting Officer and telephone number, if applicable. Technical and past performance, when combined, are approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.227-14, 52.227-17, 52.229-3, 52.232-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.249-12, 52.251-1, 52.251-2, 352.202-1, 352-215-1, 352.215-70, 352.223-70, 352.224-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, 352.270-7, 352.270-10, 352.270-11, 352.270-12, 352.270-13, 352.270-16, 352.270-17, 352.270-18, and 352.270-19. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://www.hhs.gov/oamp/policies/hssar.doc. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSES CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. THE CCR IS THE PRIMARY GOVERNMENT REPOSITORY, WHICH RETAINS INFORMATION ON GOVERNMENT CONTRACTORS. YOU MAY REGISTER VIA THE INTERNET AT HTTP://WWW.CCR.GOV OR BY CALLING (888) 227-2423. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on September 24, 2009. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your name and address. Offers will also be accepted by e-mail at Rita.Langager@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-09-062-REL/listing.html)
 
Record
SN01948491-W 20090912/090910235835-ad2a03b981ab4e8b85d0c16ef306872c (fbodaily.com)
 
Source
FedBizOpps 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.