Hunam Resources Specialist

Solicitation Number: ADF-08-CV-007
Agency: African Development Foundation
Office: Contracts Office
Location: African Development Foundation, Washington, DC
  • Print
:
ADF-08-CV-007
:
Combined Synopsis/Solicitation
:
Added: Jul 11, 2008 9:14 am

Synopsis:
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation, ADF-08-CV-007, is being issued as a Request for Quotation (RFQ). Quotes are being requested and a written solicitation will not be issued. Provisions and clauses in effect through FAC 2005-16 are incorporated into this RFQ. This requirement is an 8(a) set-aside with a North American Industrial Classification System (NAICS) code of 561110.
A. OBJECTIVE
The objective of this contract is to obtain Human Resources Specialist for the ADF.
The current requirement is for one administrative personnel. The Government reserves the right to decrease or increase this number at any time during the period of performance.
B. SCOPE
The Contractor shall provide Under the Director of Management and Administration and Chief Human Capital Officer, the incumbent assists in the planning, and coordinating an effective human resource management program for the Foundation in accordance with legal requirements and with general policies, standards, procedures and regulations of the Office of Personnel Management (OPM). Develops ADF policies, procedures and regulations on all aspects of the human resource functions.
C. SPECIFIC TASKS
Recruits, rates and evaluates candidates for ADF positions. Implements and oversees the agency affirmative action program. Develops accurate and adequate position descriptions. Counsels employees and managers on benefits, grievances, adverse actions and employee and labor-management relations issues. Directs the Foundation's personnel security and suitability program.
Under the direction of the Director of Management and Administration and Chief Human Capital Officer, the incumbent prepares documents, project papers and studies as it relates to human capital planning The day-to-day supervision and direct control over the work performed by contractor personnel shall be the sole responsibility of the Contractor.
D. DAYS AND HOURS OF OPERATION
Days of operation are Monday through Friday. Work shall not be required on Federal holidays or closures by weather or Executive Order.
E. LOCATION
African Development Foundation 1400 Eye St, Site 1000. Washington, DC, 20005
F. SUPPLIES, MATERIALS, EQUIPMENT and UTILITIES
Furnished by the Government
(1) The Government will provide all normal office supplies, office furniture, telephones, calculators, copy machines, computers, computer software, and other supplies and materials needed to do the work assigned.
(2) Although the Contactor's employees must have the basic skills needed to perform the duties listed in Section 3, the Government will train the Contractor's employees in the ADF specific requirements of each job.
G. QUALIFICATIONS OF PERSONNEL
a. Contract employees must meet the qualifications of the specified levels indicated in Section C.
b. Contract employees must be clean and neat in appearance.
c. Contract employees must be able to read, write, and speak English.
d. In addition to the qualifications listed in Section C, the contract employees shall at a minimum be proficient in the use of the following software:
-Microsoft Windows
-Microsoft Word for Windows
-Microsoft Excel for Windows
-Microsoft Access
H. REJECTION OF EMPLOYEE
ADF reserves the right to reject employee(s) 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
I. LUNCH PERIODS AND BREAKS
The Contractor is required to provide at a minimum one (1) unpaid thirty - minute lunch break. The cost of these breaks should be factored in the contractor's hourly rate.
J. OVERTIME
Overtime is not anticipated as a result of this award.
K. TRAVEL
Contractor personnel working under this contract will not be reimbursed for local travel by the Government.
L.. PERIOD OF PERFORMANCE
The base performance period of this requirement is from date of award through August 1, 2008 and shall end July 31, 2009and shall include one (1) one-year option periods to be exercised at the sole discretion of the government.
M. CLAUSES
The following Federal Acquisition Regulation (FAR) provisions and clauses in effect through FAC 2005-16 are applicable to this procurement: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS, 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR Clause 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS, The Contractor shall comply with following clauses, as indicated within the respective sections of paragraph b of this provision: (14) 52.222-3, CONVICT LABOR; (16) 52.222-19, CHILD LABOR; (17) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES; (18) 52.222-35, EQUAL OPPORTUNITY; (19) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; (20) 52.222-39, EMPLOYMENT REPORTS ON SPECIAL VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS, and; (31) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER____CENTRAL CONTRACTOR REGISTRATION; . 52.217-9, OPTION TO EXTEND TERM OF THE CONTRACT; 52.217-8, OPTION TO EXTEND SERVICES; 52.204-2, SECURITY REQUIREMENTS; 52.219-11, SPECIAL 8(a) CONTRACT CONDITIONS; 52.219-12, SPECIAL 8(a) SUBCONTRACT CONDITIONS; 52.219-17, SECTION 8(a) AWARD; 52.219-18, NOTIFICATION OF COMPETITION LIMITED TO ELIGIBLE 8(a) CONCERNS; 52.219-14, LIMITATIONS ON SUBCONTRACTING; 52.252-2, CLAUSES INCORPORATED BY REFERENCE; The following Department of Homeland Security Clauses: HSAR Clause 3052.209-70 PROHIBITION ON CONTRACTS WITH EXPATRIATES; HSAR Clause 3052.215-70, KEY PERSONNEL OR FACILITIES; HSAR Clause 3052.242-71, DISSEMINATION OF CONTRACT INFORMATION; HSAR Clause 3052.242-72, CONTRACTING OFFICER?S TECHNICAL REPRESENTATIVE; HSAR Clause 3052.237-71, INFORMATION TECHNOLOGY SYSTEMS ACCESS FOR CONTRACTORS; HSAR Clause 3052.237-70, QUALIFICATIONS OF CONTRACTOR EMPLOYEES. The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/far (FAR clauses) and http://farsite.hill.af.mil/vfhsar1.htm (HSAR clauses)

N. Participants shall include a completed copy of the provision at 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with quote.
O. EVALUATION FACTORS:
The Government intends to make a single award to the responsive and responsible firm whose quote is most advantageous to the Government, price and non-price related factors considered. The Technical evaluation factors are Technical and Management Plan and Past Performance. Technical and Management Plan is more important than Past Performance. When combined these technical evaluation factors are more important than price. As the technical evaluation of quotes approaches equality, greater will be the importance of price in making the award determination. In the event that two or more quotes are determined not to have any substantial technical differences (i.e. are technically equivalent), award may be made to the lower priced quote. It should be noted that award may be made to other than the lowest priced quote if the Government determines that a price premium is warranted due to technical merit. The Government may also award to other than the highest technically rated quotation, if the Government determines that a price premium is not warranted.
Awards may also be made on the basis of initial quotes without discussions.
Quoters are therefore cautioned that each initial quote should contain the quoter?s best terms.
Technical and Management Plan: The technical and management plan shall identify the organizational structure, staffing, operating procedures, and employee benefits of the firm. The plan shall also include the technical approach to successfully provide these services ensuring no lapse in staffing. The plan shall include an entry and exit transition plan. The Plan should be simple, easy to read and clearly describes contractor responsibilities, any proposed subcontracting arrangements and communication and coordination plans with the Government. The technical and management plan shall also include the firms contingency and continuity of operations plans in the event of natural or manmade disasters that may disrupt service capabilities.
Past Performance: The quoter shall identify three (3) contracts/orders that demonstrate recent and relevant past performance. Recent is defined as within the last three (3) years. Relevant is defined as work similar in complexity and magnitude to the work identified in the SOW. Please include the following information: a) Project Title; b) Description of the Project; c) Contract/Task Order Number; d) Contract/Task Order Amount; e) Government; f) Agency/Organization; g) COTR?s name, address, phone number and email address; h) Contracting Officer?s name, address, telephone number and email address; i) Current status, e.g. completed and/or in progress, start and estimated completion dates; j) A brief narrative of why your firm believes this reference is relevant to the proposed task.
Price: The price quote shall include the following: Fully burdened on-site hourly rates for each proposed labor category for the base period and for each option period. Department of Labor Wage Determination No: 05-2103 is incorporated into this solicitation.
The technical quote submission shall be limited to 10 one-sided pages (inclusive of cover pages, charts, graphs, tabs, etc.). The price proposal has no page limitations.
P. SUBMISSION OF QUOTE
All quotes are due no later than 4:00 pm, local Washington, D.C. time, July 23, 2008. Quotes are to be e-mailed to Mr. Kelly Davis, at kdavis@usadf.gov . No faxes will be accepted.
If you have questions regarding this requirement, please submit your inquiries, via email, to Mr. Davis no later than 4:00pm Washington, D.C. local time, July 18, 2008.
Contracting Office Address:
African Development Foundation 1400 Eye St, Site 1000. Washington, DC. 20005, UNITED STATES
Place of Performance:
African Development Foundation 1400 Eye St, Site 1000. Washington, DC. 20005,
Point of Contact(s):
Kelly Davis., Contract Specialist, Phone 202-673-3916, Fax 202-673-3910, Email kdavis@usadf.gov


Please consult the list of document viewers if you cannot open a file.

Human Resources

Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
Human Resources
Posted Date:
July 11, 2008
Description: Eavaluation
:
1400 Eye Street, N.W.
Suite 1000, 10th Floor
Washington, District of Columbia 20005
:
African Development Foundation 1400 Eye St, Site 1000. Washington, DC, 20005
Washington, District of Columbia 20005
United States
:
Kelly Davis,
Contract Specialist
Phone: 2026733916