Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,2000 PSA#2661

USPFO for Utah, P.O. Box 2000, 12953 Minuteman Drive, Draper, UT 84020-2000

R -- ISO 9002-2000 CONSULTING/REGISTRATION SOL DAHA42-00-T-0005 DUE 082400 POC Sherri Shepherd, Contracting Officer, 801-523-4093 E-MAIL: click here to contact the contracting officer via, shephers@ut-arng.ngb.army.mil. The Utah National Guard is issuing a combined synopsis/solicitation for commercial services 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, quotes are hereby requested. A written solicitation will not be issued. This is issued as a Request for Quote (RFQ) Number DAHA42-00-T-0005, which incorporates provisions and clauses in effect through Federal Acquisition Circular 97-18. STATEMENT OF WORK: (A) GENERAL: Provide all required and necessary training, documentation, audits, and follow up corrective actions to ensure guaranteed ISO 9002-2000 registration for The Combined Support Maintenance Shop (CSMS) and the Unit Training Equipment Site (UTES) of the Utah Army National Guard. (B) DESCRIPTION OF FACILITIES: Combined Support Maintenance Shop (CSMS), 12953 South Minuteman Drive, Draper, UT 84020-1776. 50 full time employees. Mission: To provide complex maintenance support for UTARNG equipment. Can include complete rebuild and overhaul of components or systems. Must complete maintenance activities as quickly and economically as possible in order to have a minimum impact on unit readiness. Customers of the CSMS are the unit commanders and their representatives, Organizational Maintenance Shops (OMS). Unit Training Equipment Site (UTES), 17800 Camp Williams Road, Riverton, UT 84065-4999. 28 full time employees. Mission: To provide management and maintenance of UTARNG equipment located at Army Garrison Camp Williams (AGCW) in the consolidated equipment pool. Requirements include organizational level and limited direct support maintenance. This means that their maintenance requirements may exceed normal OMS maintenance but not as comprehensive as CSMS maintenance. Customers include the tenant and non-tenant National Guard units, active component units, and federal and state agencies training at AGCW. (B) SCOPE: (1) Conduct all of the necessary research and preparation of documents pertaining to policies, procedures, and manuals required for ISO 9002 registration at each facility. The research and document preparation process must be accomplished with the absolute minimum impact on UTARNG employees and current operations. The UTARNG will provide the appropriate personnel to assist in research and review the draft and final draft of the prepared documents. All documentation, policies, and manuals must be easily understood and easily implemented by UTARNG employees. All required documentation will be compiled into a Quality Manual (QM) that meets ISO registration standards for each organization. Each QM must support the missions of the CSMS and Utes; (2) Provide comprehensive training to UTARNG personnel for implementation and review of ISO 9002 standards, policies, and OM's; (3) Train selected UTARNG personnel in conducting required internal audits and performance reviews; (4) Conduct initial and follow up internal audits prior to ISO 9002-2000 registration. Assist in identifying any required corrective actions. Conduct internal audits for two years after registration is complete; (5) Provide a comprehensive timeline for completion of research, preparation of documentation, successful completion of internal audit, and all other requirements necessary for ISO 9002-2000 registration; (6) Provide on-site assistance during initial implementation of ISO/QS 9000-2000 Quality Manual policies and procedures. Ensure proper implementation; (7) Act as liaison between the UTARNG and an independent, accredited ISO Registration Company. (C) APPLICABLE PROVISIONS AND CLAUSES: (1) FAR 52.212-1, Instructions to Offeror -- Commercial Items, Addendum paragraph (d) Product Samples -- delete in its entirety, paragraph (h) Multiple Awards -- delete in its entirety, the government plans to award a single contract resulting from this solicitation; (2) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, all offerors are to include a completed copy of the representations and certifications with their offer (a copy of FAR 52.212-3 in full text is available at www.arnet.gov/far or upon request from this contracting office); (3) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; (4) DFAR 252.204-7004, Required Central Contractor Registration; (5) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders -- Commerical Items, the following clauses are applicable and incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; FAR 52.219-14, Limitation on Subcontracting; FAR 52.222-21, Prohibitation of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirnative Action for Handicapped Workers; FAR 52.222-37, EmploymentReports on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration. (D) EVAULATION FACTORS: The contract type for this procurement will be fixed price, and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaulation factors, in order of importance: (1) technical factors, consideration of technical approach, capabilities to provide services required, professional qualifications of staff; (2) past performance, caliber of offeror's performance on previous contract; and (3) total cost or price, total price and cost realism. (E) INSTRUCTIONS: Offers shall include (1) a cost and technical proposal; (2) FAR 52.212-3, Representations and Certifications -- Commercial Items, filled in completely; (3) a list of at least three contracts completed or currently in process within the past three years of similar and related work covered by this solicitation. Offeror shall include the following information for each reference: (a) contract number; (b) name and address of contracting activity; (c) contracting officer's name and telephone number; (d) period of performance; (e) brief description of work under the contract. Failure to provide items 1-3 listed above with your offer, may cause your offer to be considered non-responsive. To receive award, the offeror must be registered in the Central Contractor Registration (CCR) database which can be acessed at web site www.ccr2000.com or call CCR Assistance Center toll free at 1-888-227-2423. Offers shall be submitted NLT COB on August 24, 2000 to USPFO for Utah, Attention: Sherri Shepherd, 12953 South Minuteman Drive, P.O. Box 2000, Draper, Utah 84020-2000. Facsimile offers will not be accepted. All offers must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contract, phone number, fax number, and e-mail address (if available). Posted 08/08/00 (W-SN483553). (0221)

Loren Data Corp. http://www.ld.com (SYN# 0077 20000810\R-0010.SOL)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |


Created on August 8, 2000 by Loren Data Corp. -- info@ld.com