COMMERCE BUSINESS DAILY ISSUE OF JUNE 11, 2001 PSA #2869
SOLICITATIONS
R -- TEMPORARY EMPLOYMENT SERVICES
- Notice Date
- June 7, 2001
- Contracting Office
- Defense Reutilization and Marketing Service, DRMS-POB, 74 Washington Avenue North, Battle Creek, MI 49017-3092
- ZIP Code
- 49017-3092
- Solicitation Number
- SP4410-01-R-4003
- Response Due
- February 4, 2001
- Point of Contact
- Laurie First, Contract Specialist at (616) 961-7120 or Tracey Moskun, Contracting Officer at (616) 961-7104
- E-Mail Address
- Click here to contact the Contract Specialist (lfirst@mail.drms.dla.mil)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and at http://www.DRMS.com. To access click on the procurement link on the left-hand side of the home page. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation document and incorporated references are those in effect through Federal Acquisition Circular 97-27. Solicitation number SP4410-01-R-4003 is a request for proposals (RFP). This procurement is restricted to small businesses as a 100% small business set-aside with a NAICS Code of 561320 with a small business size standard of $10.0 million (SEE NUMBERED Note 1) per FAR 52.219-1 and 52.219-6. The resulting contract will be subject to the Service Contract Act. SECTION B- The Federal Center in Battle Creek, Michigan, has a requirement to hire a Temporary Personnel Service. The contractor chosen shall provide non-personal employment agency services to place qualified personnel in a variety of positions within Federal Center Agencies. Temporary hire employees are required and expected to have the skills of the position description in the basic contract and any subsequent task-order-specific statements of work. B.1 SCOPE OF WORK: The scope of this requirement includes exempt and non-exempt temporary employees for all tenant agencies of the Federal Center. This contract is mainly intended for non-exempt employees for the two main agencies in the Federal Center -- the Defense Reutilization and Marketing Service (DRMS) and the Defense Logistics Information Service. The types of occupations which are most likely to be ordered & job descriptions are listed in the supplemental information, Attachment II. Job descriptions are subject to specific tailoring based upon the needs of the Government. Exempt employees may be added by contract modification and any other agency in the Federal Center may utilize this contract. Based upon the current contract's task orders, only 7.4% of the dollars spent have been for exempt personnel. The term "exempt" is being used in the context of the Service Contract Act. DRMS will issue Task Orders for temporary personnel services in accordance with the section B.3 of the supplemental information (SEE LINKED SOLICTATION ADDITIONAL INFORMATION). The resulting award will be a Firm-Fixed Priced, Indefinite Delivery, Indefinite Quantity, IDIQ contract. An 18-month base period with three twelve-month option periods is anticipated. The minimum dollar value obligation is $10,000.00 for the base period. The maximum dollar value of the services during the base period shall be $1,000,000.00. If the successive option periods (first, second, and third) are exercised, the maximum value for each of those periods shall be $700,000.00. If all options are exercised,the overall maximum dollar value of the services shall be $3,100,000.00. Task orders will be awarded based upon the prices established in the basic contract. B.1.1 PLACEMENT TIMEFRAME: The temporary employee(s) should be available to start to work within five (5) business days from the date the task order is signed by the contracting officer. The placement timeframe may be longer than five (5) days since the start date is determined by the contracting officer. The Government will provide all equipment and materials necessary to complete the employee's projects. See additional information for security requirements. B.1.2 HOURS: Unless otherwise specified, normal duty hours are from 8:00 a.m. to 4:30 p.m., with a hour unpaid lunch break. B.1 3 PRICES: The bid schedule prices (see supplemental information section B.2.3) will be the escalation rates as applied to the U.S. Department of Labor (DOL) wage and benefit rates for Battle Creek, Michigan area. All task orders will be awarded on an hourly basis. Services per task order will not exceed 120 working days (w/d)(120 w/d = 960 hours) with the option to extend an additional 120 w/d; multiple extensions may be made as long as each task order does not obligate services for more than 240 w/d within a 24 month work period. Each task order will specify the number of days and/or hours required, tasks to be performed, and instructions for reporting to work, to include a point-of-contact. A unique statement of work may be included for any specific duties required under a task order. B.1.4 TRAINING: The Federal Center Agencies will provide general on-the-job training for each task order. However, each employee shall already be trained on any specific skills delineated in the task order performance work statement. EMPLOYEE SOFTWARE TRAINING: Before an employee is placed, the employees should be trained to use Microsoft Software products. The software that will be used includes primarily Microsoft Word, Microsoft Excel, Microsoft Power-point, Microsoft Outlook and Microsoft Project. The task order performance work statements may include the required software knowledge for each temporary assignment. B.1.5 EMPLOYER-EMPLOYEE RELATIONSHIP (CFR s300.504): a. There is a time-limit on the use of a temporary help service firm as stated above. A work-day is defined as an 8 hour work-day with a hour unpaid lunch period. b. There is also a time limit on the use of individual employees of a temporary help service firm. An individual employee of any temporary help firm may work at a major organizational element (headquarters or field) of any agency for up to 240 workdays in a 24 month period. B.1.6 QUARTERLY REPORTING FOR 240-DAY RULE: To ensure compliance with requirement of B.1.5 (b), a quarterly report is required for the contractor; this report is due June 1st, September 1st, December 1st, and March 1st of each year. It shall be reported in the following format and sent to the following offices: EMPLOYEE, START DATE, END DATE,#OF DAYS WORKED,#OF DAYS REMAINING. Forward To: a. DRMS-POB Ordering, Officer, b. DRMS-POB Contracting Officer. B.2.0 BID SCHEDULE: B.2.1 ESCALATION FACTOR: The factor requested in clause B.2.3 below should include all expenses and profit of placing temporary personnel to work at the Federal Center in Battle Creek, MI. The contractor assumes full responsibility for all contributions, taxes, and assessments with respect to its employees under all applicable Federal, State and Local laws. This factor will be multiplied by an amount that is created by the addition of minimum hourly wage rate for each occupation title requested by a task order plus the Health/Welfare hourly rate in the U.S. DOL wage determination. This factor will be used for pricing all task orders of the base and option periods of this contract. See clause E.1(d) for an explanation of how this escalation factor will be evaluated for award. For an example of a task order price, an escalation factor is being applied as follows for this specific EXAMPLE: OCCUPATION TITLE: Accounting Clerk I, MINIMUM HOURLY RATE: $10.33, HEALTH/WELFARE RATE: $1.92, TOTAL RATE: $12.25, ESCALATION FACTOR applied is 120%, TOTAL PRICE PER HOUR = $14.70. B.2.2 MINIMUM HOURLY RATE: If the awardee of this contract plans on paying their employees more than the minimum hourly rate required by the U.S. Department of Labor (DOL) wage determination, then the escalation factor listed below must include this additional wage expense. B.2.3 ESCALATION FACTOR BID: The following factors will be used in the pricing of all task orders that will utilize the DOL wage determinations: Base Period Factor,____%, 1st Option Period Factor____%,2nd Option Period Factor,____%,3rd Option Period Factor____%. B.2.4 OVERTIME PAY: Overtime pay shall be reimbursed according to the DOL wage determination and Fair Labor Standards Act (FLSA). Overtime can only be paid for task orders if the funds are obligated ahead of time by the Contracting Officer. The Following FAR Provisions Apply To This Solicitation: 52.212-1, Instructions To Offerors-Commercial Items And 52.212-3, Offeror Representations And Certifications-Commercial Items. The Offeror Shall Include With Its Quote A Completed Copy Of Provision 52.212-3. The Following FAR Clauses Apply To This Solicitation: 52.212-4, Contract Terms And Conditions-Commercial Items And 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items DoD FAR Supplement 252.212.7001 (Mar 2000),(1) 252.205-7000 Provision Of Information To Cooperative Agreement Holders (10 U.S.C. 2416),(2) 252.225-7001 Buy American Act And Balance Of Payment Program (41 U.S.C. 10 E.O. 10582),(3) 252.225-7012 Preference For Certain Domestic Commodities, (4) 252-242-7000 Post Award Conference DoD FAR Supplement (5), 252-243-7001 Pricing Of Contract Modifications (6), 252.243-7002 Requests For Equitable Adjustment (10 U.S.C. 2410), Ordering FAR 52.216-18 (Oct 1995), Order Limitations FAR 52.216-19 (Oct 1995), Single or Multiple Awards FAR 52-216-27 (OCT 1995), Clauses Incorporated By Reference FAR 52.252-1 (Feb 1998), Contracting Officer (Co) DRMS 52.201-9R01 (Dec 1995),Notice Regarding Solicitation And Contract DRMS 52.204-9R02 (Dec 1995, Department Of Labor Wage Determination DRMS 52.222-9R01(Dec 1995),Wage Determination Number 94-2277 MI, South Western Dated 9/15/2000 Is applicable to this contract, and is made a part of the supplemental information as Attachment 1, option to extend the contract Period DRMS 52.217-9R01(Dec 1995), Extension Of Services DRMS 52.217-9R02 (Dec 1995), Extension Of Services Without Increased Pricing DRMS 52.217-9R04 (Aug 1996), Certificate Of Insurance DRMS 52.228-9R01 (Dec 1995), Insurance -- Work On A Government Installation, FAR 52.228-5, Invoicing And Payment -- Services DRMS 52.232-9R03 (May 1996), INDEPENDENT CONTRACTOR: The contractor shall act at all times as an independent contractor and nothing contained herein shall be construed to create the relationship of principal and agent, or employer and employee, between the contractor and the Federal Center Agencies. The employees placed at the Federal Center shall be considered employees of the contractor. FORCE MAJEURE: The obligations of the Contractor shall be excused during any period of delay caused by matters such as strikes, Acts of God and shortages of power which are outside the reasonable efforts of the contractor. Availability Of Funds For The Next Fiscal Year FAR 52.232-19 (Apr 1984) Fill In Is: September 30, 2001, Notice Regarding Solicitation And Contract DRMS (Jul 2000), Upon award, section E will not be physically included in the resultant contract. Liquidated Damages Supplies, Services, Or Research And Development FAR 52.211-11 (Sep 2000), Option For Increased Quantity FAR 52.216-22, Option To Extend Services FAR 52-217-8 (Nov 1999), Contracting Officer's Representative DoD FAR Supplement 252.201-7000 (Dec 1991),Alternate Protest Procedures DRMS 52.233-9r01 (Jan 1997) Fill In Is: DRMS-POB, Instructions To Offerors-Commercial Items 52.212-1 (Oct 2000) Additional Clauses/Terms/Conditons Are Provided In The Linked Supplemental/Solicitation Information. The clauses included in this solicitation as Incorporated by Reference may be accessed electronically at this/these address(es): http://www.dla.mil/j-3/j-336/icps.htm, http://www.arnet.gov/FAR/. For DRMS Local Clauses see http://www.DRMS.dla.mil/DRMSp/clauses/DRMScls.pdf. The following clauses require fill-ins by the offerors: B.2.3, E-3, E-4, E-5, & E-9 and must be submitted with your proposal. To be eligible to receive a contract award from a Department of Defense (DoD) activity, you must be registered in the DoD Central Contractor Registration (CCR) Database. To register access the CCR homepage at http://www.ccr2000.com. QUESTIONS REGARDING THIS COMBINED SYNOPSIS/SOLICITATION MUST BE DIRECTED IN WRITING TO THE POCs NO LATER THAN ONE WEEK BEFORE THE PROPOSAL DUE DATE. PROPOSALS ARE DUE AT 1700 PM, MONDAY, JULY 2, 2001. SUBMIT COMPLETE PACKAGE BY MAIL TO : DEFENSE REUTILIZATION & MARKETING SERVICE, ATTN: LAURIE FIRST, DRMS-POB, 74 WASHINGTON AVE., NORTH, BATTLE CREEK, MI 49017-3092, OR BY FACSIMILIE TO: (616) 961-4474. All responsible small business sources may submit a proposal, which shall be considered for award. POCs for this procurement are: Ms. Laurie A. First, Contract Specialist, DRMS-POB at (616) 961-7120, FAX (616) 961-4474 or e-mail to lfirst@mail.DRMS.dla.mil or Mrs. Tracey L. Moskun, Contracting Officer, DRMS-POP at e-mail tmoskun@mail.DRMS.dla.mil. or FAX (616) 961-4474.
- Web Link
- Click here to Performance Work Statement/additional (http://www.drms.com)
- Record
- Loren Data Corp. 20010611/RSOL019.HTM (W-158 SN50O2M6)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on June 7, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|