Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2011 FBO #3653
SOLICITATION NOTICE

R -- BDO Temp Services - Tractor Operators & Warehouse Specialists

Notice Date
11/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
BLM ID-BOISE DIST OFC(IDB00)3948 DEVELOPMENT AVEBOISEID83705US
 
ZIP Code
00000
 
Solicitation Number
L12PS00031
 
Response Due
11/29/2011
 
Archive Date
12/29/2011
 
Point of Contact
Nikki S Bachman
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. This solicitation is set-aside 100% for Small Business. Firm, fixed-price offers are requested under Request for Quotations (RFQ) solicitation number L12PS00031. This document incorporated provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-53. The NAICS code is 561320. The business size standard is $13.5 million.The Bureau of Land Management (BLM) at the Boise District Office has a requirement to obtain payroll services for three (3) Tractor Operators for approximately 330 hours per individual to January 13, 2012 for a total of 990 hours. It is anticipated that services are that of a Tractor Operator Occupation Code 11270. The Bureau of Land Management (BLM) at the Boise District Office has a requirement to obtain payroll services for three (3) Warehouse Specialists for approximately 440 hours per individual to January 30, 2012 for a total of 1,320 hours. It is anticipated that services are that of a Warehouse Specialist Occupation Code 21410. Description of Work Tractor Operators The position will be responsible for operating gasoline or diesel powered tractor and/or dozer to draw grain drill implements in ground seeding planting applications.Work will consist of daily operations in rough terrain and in remote locations, driving and pulling implements, fastening and attaching implements, and adjusting equipment for proper application. It will also consist of performing daily inspection and maintenance of equipment performing lubrication and minor repairs to tractor and attachments as needed to include tightening bolts, replacing washers, cotter pins, screws and tires. Contracted employee will be required to pass a government background check and will wear a government-issued badge at all times while on duty for the purpose of identification and for access to the government facilities where the tasks will be performed.Weekly work hours: The contractor will accomplish this work in the field in remote locations within the BLM Boise District Office Administrative Boundary within normal work hours of 7:00 am and 5:30 pm. This will be a minimum of 40 hour work week schedule with additional work hours likely during ground operations. Description of Work Warehouse SpecialistsThese positions are located at the Regional Seed Warehouse in Boise Idaho at the Bureau of Land Management Boise District. The warehouse has an 800,000 to 1,000,000 pound capacity and has on an average 900 to 1,500 different seed lots, which are considered individual entities within the warehouse. Incumbent will be responsible for performing arduous physical labor handling 50-60 pound seed bags continuously throughout the day. Incumbent will be responsible for receiving seed deliveries from up to 40 different seed vendors. Seed Warehouse handles over 200 different seed varieties/species that arrive in many individual Lot numbers that must be tracked separately. When a seed shipment arrives seed is counted for accuracy (variety/species and lot numbers) against the shipping document. Seed is then stacked on warehouse furnished 6 foot stacking pallets. Seed is stacked and shrink wrapped by individual Lots. These are then assigned a warehouse tracking number, marked with both numbers, and given a predetermined storage location. Incumbent is required to track seed buy these numbers and to continuously update storage location number whenever seed is moved within the warehouse. Incumbent will process orders received from other offices. Packing lists will be prepared by office personnel and Incumbent will locate specific seed by warehouse location, tracking number and seed lot number. This will be verified against packing list. Incumbent will pull documented amount of seed for each order and prepare for shipping. Preparation includes stacking seed from order on to pallets, shrink wrapping pallet load, properly marking each pallet, making sure shipping papers are included with each order. Any errors or discrepancies will be checked with office personnel. Incumbent will be required to operate seed mixing machinery. Seed Warehouse batch mixer is and electric screw driven mixing cone with a 2000 pound capacity. Seed order is filled and then arranged for proper mixing percentages and fed into machine. Seed is then mixed and gravity fed into 50 pound capacity mixing bags and sewn shut. Seed is then stacked on a pallet and shipped to ordering office.Incumbent will be required to accurately provide weekly inventory counts for up to 800,000 pounds of seed to check against office inventory counts. All duties shall be performed with 98% accuracy.Incumbent will be required to pass a forklift training class and operate a standard warehouse forklift, hand and power trucks. Incumbent will be required to operate seed mixing, and sewing machines. Incumbent will be required to operate hand and power tools such as drills and saws.Contracted employee will be required to pass a government background check and will wear a government-issued badge at all times while on duty for the purpose of identification and for access to the government facilities where the tasks will be performed.Weekly work hours: The contractor will accomplish this work at the BLM Boise District Office, National Seed Warehouse within normal work hours of 7:30 am and 5:30 pm. This will be a minimum of 40 hour work week with additional work hours during peak delivery and shipping occurrences. QUALIFICATIONS OF PERSONNEL: 1. Contractor personnel shall meet the qualifications specified above; 2. Contractor personnel shall be clean and neat in appearance; 3. Contractor personnel shall be able to read, write, and speak English; 4. Contractor personnel shall be able to work independently and complete assignments. The Government has incumbents who have been training in this particular work and shall have first right of refusal. The Government reserves the right to reject contractor personnel at any time during the duration of the contract if they are deemed not to have the level of competence or abilities or for any reason found to be unsuitable for work required under the contract. A suitable replacement shall be provided the following work day or as soon as practicable.All potential contractor personnel will be subject to the Homeland Security Presidential Directive-12 (HSPD-12), "Policy for a Common Identification Standard for Federal Employees and Contractors". This includes minimum requirements for Federal personal identification verification (PIV) system. Everyone issued an ID badge must have a favorable background investigation, including a FBI fingerprint check; for most people, this will mean a National Agency Check with Inquiries (NACI) and must present two forms of identification. DAYS AND HOURS OF OPERATION - The contractor will accomplish this work at the BLM Boise District Fire and Aviation Office within normal work hours of 7:30 am and 5:30 pm. The office operates under a flexible work schedule. Work shall not be required on Federal holidays, BLM closures due to weather, or Executive Order. Payment for Federal holiday pay is per the Service Contract Act. OVERTIME - Overtime is not anticipated, however, during periods that overtime may be required at the discretion of the Project Manager and the Contracting Officer, the incumbent shall be paid overtime in accordance with Service Contract Act. TRAVEL - Travel should not be required, If travel is required the contractor shall be reimbursed in accordance Federal Travel Regulations (41 CFR 301-304). SUPPLIES, MATERIALS, EQUIPMENT AND UTILITIES - The Government shall provide all normal office equipment and supplies necessary to do the work assigned.Wage Determination Number 2005-2159, Revision Number 12, dated 06/13/2011 shall apply. The following provisions and clauses apply to this procurement: FAR 52.204-07 CENTRAL CONTRACTOR REGISTRATION; FAR 52.204-09 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL; FAR 52.212-04 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS - COMMERCIAL ITEMS (para (b) following clauses apply; FAR 52.219-06; FAR 52.219-28; FAR 52.222-03; FAR 52.222-19; FAR 52.222-36; FAR 52.223-18; FAR 52.232-33 para (c) following clauses apply FAR 52.222-41; FAR 52.222-42 [Tractor Operator: Monetary Wage: $14.11 plus health & welfare of $3.59/hr; Annual and Sick Leave, Paid Holidays; Warehouse Specialist: Monetary Wage: $12.95 plus health & welfare of $3.59/hr; Annual and Sick Leave, Paid Holidays;]FAR 52.222-43; FAR 52.222-44); FAR 52.212-01 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATION; FAR 52.212-02 EVALUATION-COMMERCIAL ITEMS (Past Performance shall equal Price). PAST PERFORMANCE: Offeror shall provide company/organization names, name of contact person and telephone number for three (3) contracts/orders performed within the last two years with work similar in complexity and magnitude to the work identified in the statement of work. Past performance can be based on the Contracting Officer's knowledge, contractor provided references, and other reasonable sources. PRICE: Please provide pricing as an hourly rate. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications must be completed at http://orca.bpn.gov or a completed copy of the FAR 52.212-03 clause must be submitted with the quote. Quotes shall be submitted in writing on a SF 1449 or on company letterhead and must include the RFQ number, the company name, point of contact, address, phone number, fax number, DUNS number, any prompt payment discount terms, and all information required under the evaluation criteria. Quotes shall be received by November 29, 2011, 11:00 am ET at the Bureau of Land Management, Boise District Office, 3948 Development Avenue, Boise, ID 83705, or by FAX at 208-384-3326 Attn. Nikki Bachman. Quotes may also be emailed to Nikki_Bachman@blm.gov. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/ID/L12PS00031/listing.html)
 
Record
SN02628617-W 20111125/111123234344-f91018e445087dbcded0f7c84c3aec90 (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.