SOLICITATION NOTICE
R -- EEO Investigation Services
- Notice Date
- 7/30/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541612
— Human Resources Consulting Services
- Contracting Office
- Bureau of ReclamationDenver OfficeAcquisition Operations GroupBuilding 56 - Denver Federal CenterMS 84-27810DenverCO80225US
- ZIP Code
- 00000
- Solicitation Number
- R14PS00760
- Response Due
- 8/18/2014
- Archive Date
- 9/17/2014
- Point of Contact
- Attila Csoma
- Small Business Set-Aside
- Total Small Business
- Description
- 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. Solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-76. Point of Contact: Attila Csoma phone number: 303-445-3677 or email: acsoma@usbr.gov. Offers are due by 4:00pm Mountain Standard Time on 8/18/2014. Offers shall be submitted to the following physical address: Bureau of Reclamation Denver Federal Center Bldg. 56, P.O. Box 25007 Attn: Attila Csoma (84-27820) Denver, CO 80225 or Electronically to ascoma@usbr.gov CLINS: 0010-EEO Investigation Services, 1 Lump Sum, 0020- Not to Exceed Travel, 1 Lump Sum Description of Services Performance Work Statement (PWS): The contractor shall provide, on a firm fixed price basis, all personnel, equipment, supplies, transportation, tools, materials, supervision and other items and non-personal services necessary to complete and deliver the report as defined in this PWS, except for those items specified as Government furnished property (GFP) and services. The contractor shall perform to the standards in this contract. Objectives: Determine facts and document evidence in order to address allegations of abusive management practices and misconduct by managerial and supervisory personnel within a Division. Scope: The contractor shall perform an investigation, analysis and provide a report as it relates to management practices within a specific Division. Interviews with up to 40 employees, statistical and content analysis of relevant data, such as EEO complain trends and resolution, personnel turnover rate, Union grievance/intervention; disciplinary/adverse actions, testimony and any other pertinent data or evidence as may be uncovered during the course of the investigation from which finding of fact may be made. Contractor shall have knowledge of the EEOC's regulations (Title 29, C.F.R. Part 1614), the Contract Investigator shall have a working knowledge of the following authorities as they relate to the processing of EEO employment complaints: Title VII of the Civil Rights Act of 1964 as amended, Civil Rights Act of 1991, The Age Discrimination in Employment Act of 1967 as amended, The Rehabilitation Act of 1973 as amended, Executive Order 11478-Equal Opportunity in the Government, Code of Federal Regulation Part 1200-Merit Systems, Protection Board, EEOC Management Directive (MD)110, The Americans with Disabilities Act of 1990 and Genetic Information Non-Discrimination Act of 2008. Deliverables/Schedule of Deliverables: 1-Interviews with Staff Members, to be completed 60 days after start date. 2-Signed, sworn statements (affidavts), to be completed 60 days after start date. 3-Progress Reports to be submitted bi-weekly. 4-Draft Final Report to be submitted 75 days after start date. 5-Final Report to be submitted 10 days after agency response to the Draft Final Report. Report Content:All reports shall have an Introduction/Executive Summary (statement of purpose of investigation); Statement of Allegation: List of Witnesses and Information/Data/Documentation Collected; Summary of Statements of Witnesses; Analysis and Findings; Recommendations for Action and any applicable attachments. One hardcopy of all reports shall be provided. In addition to the hardcopy of the final report an electronic pdf copy shall be provided. Period of Performance: Period of Performance will be for a 90 day period from the award date. Hours of Operation: Work done at the Reclamation site of Denver Federal Center Bldgs. 56 and 67 will be performed between the hours of 0600 to 1700 Monday through Friday excluding federal holidays. Place of Performance: Place of performance of the services Contractors place of business or Reclamation site of Denver Federal Center Bldgs. 56 and 67. Type of Contract: Firm-Fixed price award. Travel: All travel shall be in accordance with the Federal Travel Regulation. The Contract shall use the appropriate government rates as posted on www.gsa.gov. Travel will be proposed as required to accomplish tasks within this Performance Work Statement. Travel expenses will not be reimbursed for incidental travel to an office or site within fifty miles of an individuals home residence or office unless specifically authorized by the Contracting Officer. All travel must be explicitly approved by the COR prior to its occurrence. Travel is not subject to ODC (G&A). Travel requests shall be submitted in advance for approval using Attachment 1, Titled: Travel Request Form. Technical Proposal Requirements: Offeror shall provide a technical plan to meet the period of performance for the services described in the PWS as well as evidence of the following experience: 1. Experience in dealing with multiple levels of executive management that may be at odds as to the necessity, purpose and scope of the investigation. 2. 5 or more years of experience with highly sensitive investigations which involve both EEO concerns and potential managerial misconduct. 3. 5 or more years of experience if a high degree of interpersonal skills capable of eliciting trust and cooperation from a variety of employees including clerical, professional, administrative, as well as supervisory/managerial personnel, at widely divergent grade levels. 4. 5 or more years of experience in fact gathering from a variety of sources, determining trends and analyzing results to provide management a report capable of forming the basis for further action, if warranted. Clauses and Provisions -52.204-9 Personal Identity Verification of Contractor Personnel. (JAN 2011) -52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters. (JUL 2013) -52.212-4 Contract Terms and Conditions - Commercial Items. (MAY 2014) -52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items. (JUN 2014) Including the following applicable clauses: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)), (i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212), 52.225-1, Buy American-Supplies (MAY 2014) (41 U.S.C. chapter 83), 52.232-34, Payment by Electronic Funds Transfer - Other than System for Award Management (JUL 2013) (31 U.S.C. 3332) -52.222-22 Previous Contracts and Compliance Reports. (FEB 1999) -52.222-25 Affirmative Action Compliance. (APR 1984) -52.212-1 Instructions to Offerors - Commercial Items. (APR 2014) -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 following factors shall be used to evaluate offers: Experience, Technical Plan, Past Performance, Price Factors are listed in order of importance when combine experience, technical plan and past performance are significantly more important than 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. (End of provision) -52.212-3 Offeror Representations and Certifications-Commercial Items. (MAY 2014) -DIAPR 2011-04 Amendment 2--Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U.S. Department of the Treasurys Invoice Processing Platform System (IPP). Payment request means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions-Commercial Items included in commercial item contracts. The IPP website address is : https://www.ipp.gov. Under this contract, the flowing documents are required to be submitted as an attachment to the IPP invoice: Not applicable. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email form the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) Reclamation Clauses full text versions can be found at (http://intra.usbr.gov/mso/aamd/downloads/BOR_RAR.doc) -WBR 1452.201-80--AUTHORITIES AND LIMITATIONS -- BUREAU OF RECLAMATION (JUL 1993) - WBR 1452-237-80 SECURITY REQUIREMENTS BUREAU OF RECLAMATION (OCTOBER, 2006) Paragraphs (a),(b) and (c).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/852a97b9192cafd2648fa1958e4116b8)
- Record
- SN03443999-W 20140801/140730235957-852a97b9192cafd2648fa1958e4116b8 (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 |