Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2008 FBO #2300
SOLICITATION NOTICE

R -- ARBITRATOR SERVICES

Notice Date
3/12/2008
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Equal Employment Opportunity Commission, Office of the Chief Financial Officer, Acquisition Services Division, 1801 L Street, NW, 6th Floor, Washington, DC, 20507, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ0038-08
 
Response Due
3/19/2008
 
Archive Date
3/21/2008
 
Point of Contact
Anthony Price, Contract Specialist, Phone (202) 663-4218, Fax (202) 663-4178, - Gregory Browne, Contract Specialist, Phone (202) 663-4292, Fax (202) 663-4178
 
E-Mail Address
anthony.price@eeoc.gov, gregory.browne@eeoc.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation Part 12, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24 effective on February 28, 2008. The NAICS code associated with this solicitation is 541990, and the small business size standard is $6.5M. Arbitrator's that can satisfy the requirements listed below are encouraged to submit a quotation. The U.S. Equal Employment Opportunity Commission (EEOC), Office of Human Resources has a requirement for a contractor to provide Arbitrator Services in connection with a class action Fair Labor Standards Act (FSLA) grievance filed by the National Council of EEOC Local 216 Union. In accordance with the Collective Bargaining Agreement, Article 42.00, the Arbitrator is authorized to make a determination on the merits of a grievance filed by Local No. 216. Arbitrator services shall include: preparing for and attending hearings; and rendering a written decision regarding the merits of reclassification of certain positions and overtime claims of class members. The Arbitrator shall provide one written decision after conducting all hearings to determine the merits of the Agency's reclassification of certain certain Investigator and Mediator positions and the overtime claims of class members. The Arbitrator shall ship by regular mail the one copy of the final decision to the U.S. Equal Employment Opportunity Commission, Office of Human Resources, Partnership, Policy and Workforce Performance Team, 1801 L Street, N.W. Washington, DC 20507, Attention: Contracting Officer Technical Representative. The period of performance shall be from March 24, 2008 through September 30, 2008. The final arbitration decision is due not later than September 30, 2008. The services shall take place at the EEOC St. Louis District Office, from March 24, 2008 through March 28, and March 31, 2008, through April 4, 2008, EEOC Atlanta District Office, from April 14, 2008, through April 18, 2008, and April 21, 2008, through April 25, 2008, and the Los Angeles District Office from May 12, 2008, through May 16, 2008 and May 19, 2008 through May 23, 2008. The EEOC contemplates the award of a Labor Hour contract. The quotation package shall include the following line items in a written quotation: CLIN 0001. Arbitration Services: Quantity 160 hours, Unit Price $_________, Total for CLIN 0001 $___________; CLIN 0002. Travel Cost, Three Round Trips, the maximum per diem rate for each city is as follows: The maximum allowable per diem rate for lodging and meals in St. Louis, Missouri is $165.00, Meals and Incidental Expenses (M&IE)is $59.00 each day, first and last day is $44.25 for St. Louis, Missouri, the maximum allowable per diem rate for lodging and meals in Atlanta, Georgia is $188.00, M&IE is $49.00 each day, first and last day is $36.75 for Atlanta, Georgia the maximum allowable per diem rate for lodging and meals in Los Angeles, California is $182.00, M&IE is $64.00 each day, first and last day is $48.00 for Los Angeles, California. Notice: Original receipt is required for lodging, airline tickets, taxi fares (in excess of $10.00), and miscellaneous expenses (in excess of $75.00). The contractor shall attach the original copy of the receipt to the invoice. CLIN 0003 Issuance of Written Decisions: Quantity 80 hours, Unit Price $_________, Total for CLINI 0003 $___________. Submission of Quotation: Your quotation in response to RFQ0038-08 is due on March 19, 2008, by 10:00 a.m. EST. The mailing address is as follows: U.S. Equal Employment Opportunity Commission, Acquisition Services Division, 1801 L Street, N.W. Rm. 6222, Washington, DC 20507, Attn: Anthony R. Price, Contracting Officer. A quotation submitted via e-mail will also be accepted. You may email your quote to anthony.price@eeoc.gov on or before the due date specified herein. All questions concerning this RFQ must be submitted in writing to anthony.price@eeoc.gov, NLT March 14, 2008, by 10:00 a.m. EST. Telephone inquires or responses are not acceptable. Any questions received after the specified date and time above will not be responded to. All responsible sources may submit a quotation which shall be considered by the agency. The prospective Arbitrator must be registered in the Central Contractor Registration (which can be completed on-line at http://www.ccr.gov/) prior to award of the resulting contract.(The anticipated contract award date is March 21, 2008. The best value approach to evaluation responses will be Lowest Price Technically Acceptable (LPTA). The following factors shall be used to evaluate quotes: Factor 1; Experience with federal agency grievances. The quoter must provide evidence of close familiarity with the application of the Fair Labor Standards Act to bargaining unit employees, Factor 2; Delivery Dates. The quoter must be able to appear and arbitrate hearings scheduled for the following dates in the Agency's District Office in the following cities: St. Louis District Office, dates March 24, 2008 through March 28, 2008 and March 31, 2008 through April 4, 2008; Atlanta District Office, dates April 14, 2008 through April 18, 2008 and April 21, 2008 through April 25, 2008; Los Angeles District Office, dates May 12, 2008 through May 16, 2008, and May 19, 2008 through May 23, 2008. Factor 3; Experience with similar nationwide federal union grievances. The quoter must provide evidence that it has successfully performed a minimum of three (3) arbitrations involving a federal government agency and the agency's Union within the last two years, including contract type, contract number, contract value, point of contact name and telephone number and type of service provided. Notice: The Government intends to evaluate quotations and make award without discussion (except clarifications as described in FAR 15.306(a). Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. Notice: The Agency and the Union agree to jointly assume the cost of services by paying one-half by each for expenses incurred by the Arbitrator. The provisions at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The vendor shall include a complete copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with your quote. Clause 52.212-4 Alternate I, Contract Terms and Conditions-Commercial Items and Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items are incorporated by reference. Clause 52.219-6 Notice of Total Small Business Set Aside, Clause 52.222-3 Convict Labor, Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies, Clause 52.222-21 Prohibition of Segregated Facilities, Clause 52.222-26 Equal Opportunity, Clause 52.222-36 Affirmative Action for Workers with Disabilities, Clause 52.222-50 Combating Trafficking in Persons, Clause 52.225-13 Restrictions on Certain Foreign Purchases, Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, are incorporated by reference. To obtain the above provisions/clauses in full text, please visit www.arnet.gov. Method of payment: Electronic Funds Transfer
 
Place of Performance
Address: St. Louis, MO, Atlanta, GA, Los Angeles, CA
Zip Code: 20507
Country: UNITED STATES
 
Record
SN01531060-W 20080314/080312225015 (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.