Blazin Inc.

702 Blake Bottom Road

Huntsville, AL 35806

Telephone: (256) 746-8223

FAX: (256) 858-0127

Website: www.blazin1.com

Email: ltdavis@blazin1.com

 

 

FSC Group: 520

 

Contract Number: GS23-F-0106P

 

Period of Performance: January 27, 2004 to January 26, 2009 with three five-year options

 

Contract Manager: Lanona Sykes

 

Business Size: Small

 

 

Pricelist current through Modification #PS01, dated 31March04

 

 

 

On-line access to contract ordering information, terms and conditions, up-to-date pricing, and the option to create an electronic delivery order are available through GSA Advantage!, a menu-driven database system. The INTERNET address GSA Advantage! Is: GSAAdvantage.gov.

 


Table of Contents

 

 

Information for Ordering Offices. 1

Statistical Data for Government Ordering Office. 1

Customer Information (Contract Paragraph 21.ii) 2

1a. Awarded SINs. 2

1b. Awarded Pricing. 2

Fixed Prices. 2

1c. Hourly Rate Descriptions. 3

Program Manager. 3

Contract Specialist. 3

Recovery Audit Supervisor. 4

Collections Specialist III 5

Collections Specialist II 5

Collections Specialist I 6

Recovery Audit Clerk III 6

Recovery Audit Clerk II 7

Recovery Audit Clerk I 7

2. Maximum order. 8

3. Minimum Order. 8

4. Geographic Coverage (Delivery Area) 8

5. Point(s) of Production.. 8

6. Discounts. 8

7. Quantity Discounts. 8

8. Prompt Payment Terms. 8

9a. Government Purchase Card (below the micro-purchase threshold) 8

9b. Government Purchase Card (above the micro-purchase threshold) 8

10. Foreign Items. 9

11a. Time of Delivery. 9

11b. Expedited Delivery. 9

11c. Over-night and 2-day Delivery. 9

11d. Urgent Requirements. 9

12. F.O.B. points. 9

13a. Ordering Address. 9

13b. Ordering Procedures. 9

Blanket Purchase Agreements (BPA s) 10

14. Payment Address. 12

15. Warranty Provision.. 12

16. Export Packing Charges. 12

17. Terms and Conditions of Government Purchase Card Acceptance (any thresholds above the micro-purchase level) 12

18. Terms and Conditions of Rental, Maintenance, and Repair. 13

19. Terms and Conditions of Installation.. 13

20. Terms and Conditions of repair parts indicating date of parts price lists and any discounts from list prices. 13

20a. Terms and Conditions for any other services. 13

21. List of service and distribution points. 13

22. List of Participating dealers. 13

23. Preventive maintenance. 13

24a. Special attributes such as environmental attributes. 13

24b. Electronic and Information Technology (EIT) 13

25. Data Universal Number System (DUNS) Number. 13

26. CCR Database. 13

 

 

 

 


Information for Ordering Offices

 

Statistical Data for Government Ordering Office

 

Taxpayer Identification Number (TIN) 63-1232872

 

CAGE Code 1MYJ8

 

Contractor has registered with the Central Contractor Registration Database

 

Women-Owned Small Business Yes

 

Vietnam Era Veteran Owned Yes

 

Minority Owned Yes


Customer Information (Contract Paragraph 21.ii)

 

1a. Awarded SINs

 

SIN 520-4 Debt Collections

SIN 520-9 Recovery Audit & Contract Close-out

 

1b. Awarded Pricing

The pricing shown within this document is the Government price based on a unit of one, exclusive of any quantity/dollar volume, prompt payment, or any other concession affecting price.

 

Fixed Prices

SIN520-4

 

Service

Rate

Collection Fee

23%

Administrative Resolution

$99.75

Litigation Preparation

$120.70

SIN520-9

 

Recovered Amount

Age of Outstanding Debt

Rate

$100 to $25,000

30-90 Days

15.46%

$100 to $25,000

91-180 Days

17.96%

$100 to $25,000

181-360 Days

18.95%

$100 to $25,000

361+ Days

23.64%

$25,000 Plus

30-90 Days

5.49%

$25,000 Plus

91-180 Days

7.98%

$25,000 Plus

181-360 Days

9.48%

$25,000 Plus

361+ Days

11.47%

 

Contract Close-out

 

Contract Closeout & Recovery

Task Deliver Order (IDIQ)

Firm Fixed Price

Reconciliation and Closeout (Contractor Site)

$69.83 per task order

$59.85 per task order

Reconciliation and Closeout (Government Site)

$64.84 per task order

$54.86 per task order

 

1c. Hourly Rate Descriptions

 

Program Manager

Labor Rate: $96.76 per hour

 

Minimum General Experience: Six (6) years contract and management experience. Must possess extensive skills and experience in the field specified in the relevant field or a combination of relevant experience coupled with specialized education or increasing subject matter experience. Develop and interpret information that assists management with decision making policies. Frequently concentrates on collecting and analyzing data and developing processes and procedures.

 

Functional Responsibilities: Plan, direct, coordinate in such fields as contracts, finance, recovery audit, requirements assessment plan, direct, or coordinate activities in such fields as research and analysis in these fields. Determine the demand for analysis and oversee results as required. Key contact between customer and firm: responsible for project performance, schedules, and reporting as required.

 

Contract Specialist

Labor Rate: $62.84 per hour

 

Minimum General Experience: BA or BS with a major in Business Management/Finance or equivalent work experience. Three (3) years collections and contracts experience with at least one year supervisory or management experience preferred. Must have the ability to lead, supervise/manage collection specialists; with strong written and verbal communication skills. Employee must have demonstrated leadership skills. Detail oriented with the ability to organize, prioritize multiple tasks, and possess a high level of self motivation. Strong knowledge of Microsoft Office Suite required.

 

Functional Responsibilities: Supervise, monitor and evaluate staff to ensure effective handling of recovery documents. Supervisor must have working knowledge of DoD Financial Management Regulations; FAR; Defense Audit Policy and Procedures; as well as a firm knowledge of Contract Closeout Procedures. Reconcile contracts to requirements, tasks, billings, disbursements, insuring that the contract is ready for closure in accordance with FAR 4.804(a), and institute process improvements which, when combined with DCAA audit improvements and contractor timely submission of final vouchers, will expedite contract closeouts. Supervisor will reconcile the contract and oversee one or more recovery audit clerks. Supervisor shall perform manual or automated reconciliations: compare all affected systems; answer inquiries regarding assigned contract reconciliations; prepare and submit the Reconciliation Adjustment Package, with all supporting documentation. Assist in the development of effective training. Perform performance reviews. Communicate to management concerning issues that prohibit the collection of deficient balances. Report monthly on the performance of the recovery auditors.

 

Recovery Audit Supervisor

Labor Rate: $62.84 per hour

 

Minimum General Experience: BA or BS with a major in Business Management/Finance or equivalent work experience. Three (3) years collections and contracts experience with at least one year supervisory or management experience preferred. Must have the ability to lead, supervise/manage collection specialists; with strong written and verbal communication skills. Employee must have demonstrated leadership skills. Detail oriented with the ability to organize, prioritize multiple tasks, and possess a high level of self motivation. Strong knowledge of Microsoft Office Suite required.

 

Functional Responsibilities: Supervise, monitor and evaluate staff to ensure effective handling of recovery documents. Supervisor must have working knowledge of DoD Financial Management Regulations; FAR; Defense Audit Policy and Procedures; as well as a firm knowledge of Contract Closeout Procedures. Reconcile contracts to requirements, tasks, billings, disbursements, insuring that the contract is ready for closure in accordance with FAR 4.804(a), and institute process improvements which, when combined with DCAA audit improvements and contractor timely submission of final vouchers, will expedite contract closeouts. Supervisor will reconcile the contract and oversee one or more recovery audit clerks. Supervisor shall perform manual or automated reconciliations: compare all affected systems; answer inquiries regarding assigned contract reconciliations; prepare and submit the Reconciliation Adjustment Package, with all supporting documentation. Assist in the development of effective training. Perform performance reviews. Communicate to management concerning issues that prohibit the collection of deficient balances. Report monthly on the performance of the recovery auditors.

 

Collections Specialist III

Labor Rate: $19.95 per hour

 

Minimum General Experience: Associates or Bachelor degree in business or related area. Microsoft office suite experience: two (2) years of collection and contracts experience. Candidate must have knowledge of collections, contract laws, strong written and verbal communication skills; and the ability to communicate in a positive way with difficult customers and collection issues. Detail oriented with the ability to efficiently handle multiple tasks.

 

Functional Responsibilities: Review and analyze contracts, billings, disbursements, and adjustments. Reconcile contracts to requirements, tasks, billings, disbursements, and closing. Identify discrepancies and prepare summary discrepancy report detailing corrections which may result in contract modification or letter of collection. Compose results correspondence, reports and status as necessary. Refer accounts to manager when necessary. Maintain written details of each account. Must have the ability to evaluate and review the assigned accounts for collection.

 

Collections Specialist II

Labor Rate: $16.96 per hour

 

Minimum General Experience: High school diploma and some college preferred. Microsoft office suite experience: two (2) years of collection experience. Knowledge of collection laws with strong written and verbal communication skills. Collections Specialist II must have the ability to communicate in a positive way with difficult customers and collection issues. Detail oriented with the ability to efficiently handle multiple tasks.

 

Functional Responsibilities: Place telephone calls and receive incoming telephone calls/from customers. Send written correspondence in conjunction with telephone calls. Refer accounts to manager when necessary. Maintain written details of each account. Maintain Contract/Collections documents within contracts files.

 

Collections Specialist I

Labor Rate: $13.47 per hour

 

Minimum General Experience: High school diploma or equivalent. Microsoft office suite experience desirable. One (1) year of collection experience. Collections Specialist I must have basic knowledge of collection laws as well as strong written and verbal communication skills. Collections Specialist I must have the ability to handle difficult customers and collection issues in a positive manner. Detail oriented with the ability to efficiently handle multiple tasks.

 

Functional Responsibilities: Place telephone calls and receive incoming telephone calls/from debtors in an effort to collect the balance due. Send written correspondence in conjunction with telephone calls. Refer accounts to manager when necessary. Maintain written details of each account.

 

Recovery Audit Clerk III

Labor Rate: $19.95 per hour

 

Minimum General Experience: Associates or Bachelor degree in business or related area. Microsoft office suite experience: two (2) years of collection and contracts experience. Candidate must have knowledge of collections, contract laws, strong written and verbal communication skills; and the ability to communicate in a positive way with difficult customers and collection issues. Detail oriented with the ability to efficiently handle multiple tasks.

 

Functional Responsibilities: Review and analyze contracts, billings, disbursements, and adjustments. Reconcile contracts to requirements, tasks, billings, disbursements, and closing. Contract files maintenance and repair. Identify discrepancies and prepare summary discrepancy report detailing corrections which may result in contract modification or letter of collection. Compose results correspondence, reports and status as necessary. Refer accounts to manager when necessary. Maintain written details of each account. Must have the ability to evaluate and review the assigned accounts for collection.

 

Recovery Audit Clerk II

Labor Rate: $16.96 per hour

 

Minimum General Experience: High school diploma and some college preferred. Microsoft office suite experience: two (2) years of collection experience. Knowledge of collection laws with strong written and verbal communication skills. Recovery Clerk must have the ability to communicate in a positive way with difficult customers and collection issues. Detail oriented with the ability to efficiently handle multiple tasks.

 

Functional Responsibilities: Place telephone calls and receive incoming telephone calls/from debtors in an effort to collect the balance due. Contract files maintenance and repair. Send written correspondence in conjunction with telephone calls. Refer accounts to manager when necessary. Maintain written details of each account. Must have the ability to evaluate and review the assigned accounts for collection.

 

Recovery Audit Clerk I

Labor Rate: $13.47 per hour

 

Minimum General Experience: High school diploma or equivalent. Microsoft office suite experience desirable. One (1) year of collection experience. Recovery Audit Clerk I must have basic knowledge of collection laws as well as strong written and verbal communication skills. Recovery Clerk must have the ability to handle difficult customers and collection issues in a positive manner. Detail oriented with the ability to efficiently handle multiple tasks.

 

Functional Responsibilities: Place telephone calls and receive incoming telephone calls/from debtors in an effort to collect the balance due. Contract files maintenance and repair. Send written correspondence in conjunction with telephone calls. Refer accounts to manager when necessary. Maintain written details of each account.

 

2. Maximum order

The Maximum order under this contract is: $1,000,000

 

3. Minimum Order

The Minimum order under this contract is: $300

 

4. Geographic Coverage (Delivery Area)

Domestic Prices shown herein are for the 48 contiguous states, Alaska, Hawaii, and Puerto Rico. Additional overseas locations will be considered on a case by case basis.

 

5. Point(s) of Production

City Huntsville

County Madison

State Alabama

 

6. Discounts

Prices shown herein are NET prices basic discounts have been deducted

 

7. Quantity Discounts

Negotiable shall be addressed on a case by case basis

 

8. Prompt Payment Terms

None

 

9a. Government Purchase Card (below the micro-purchase threshold)

Blazin' Inc. shall accept from ordering offices orders at or below the micro-purchase threshold with any Federal Supply Schedule Contractor.

 

9b. Government Purchase Card (above the micro-purchase threshold)

Blazin' Inc. shall accept from ordering officers orders at or above the micro-purchase threshold with proper authorization. Blazin' Inc. by contract requirement has a maximum order threshold of $1,000,000; before placing an order that exceeds the maximum order threshold, ordering officers shall review additional Schedule Contractors catalogs/pricelists or use the GSA Advantage! on-line shopping service.

 

10. Foreign Items

None

 

11a. Time of Delivery

Blazin' Inc. shall deliver to destination within the number of calendar days after receipt of order as set forth in Task/Delivery order by the ordering agency.

 

11b. Expedited Delivery

Not Applicable

 

11c. Over-night and 2-day Delivery

Not Applicable

 

11d. Urgent Requirements

Blazin' Inc. requests that ordering agency contact our contract administrator to obtain accelerated delivery. Blazin' Inc. shall reply to the inquiry within 3 workdays after receipt; and confirm in writing to the ordering agency.

 

12. F.O.B. points

Destination

 

13a. Ordering Address

Mailing Address/Shipping Address

Blazin' Inc.

702 Blake Bottom Road

Huntsville, AL 35806

 

13b. Ordering Procedures

The following telephone number can be used by ordering agencies to obtain service support and/or ordering assistance:

 

Phone (256) 746-8223 or (256) 746-0035; FAX: (256) 858-0127

 

The following email address can be used by ordering agencies:

 

lsykes@blazin1.com or ltdavis@blazin1.com

 

Blanket Purchase Agreements (BPA s)

This information will help ordering offices understand how to use Blanket Purchase Agreements (BPAs) under GSA Federal Supply Schedule contracts.

Blanket Purchase Agreements (BPAs) are a simplified method of filling anticipated repetitive needs for services and products. BPAs are "charge accounts" that ordering offices establish with GSA Schedule contractors to provide themselves with an easy ordering tool. In accordance with Federal Acquisition Regulation (FAR) 8.404, ordering offices may establish BPAs under any GSA Schedule contract.

 

Benefits and Advantages of Using BPAs

Contractual terms and conditions are contained in GSA Schedule contracts and are not to be re-negotiated for GSA Federal Supply Schedule BPAs. Therefore, as a purchasing option, BPAs eliminate such contracting and open market costs as the search for sources, the need to prepare solicitations, and the requirement to synopsize the acquisition. BPAs also

 

                  Satisfy recurring requirements;

                  Reduce acquisition costs through quantity discounts;

                  Save time by eliminating repetitive, individual purchases and payments;

                  Reduce administrative efforts and paperwork;

                  Obtain better value by leveraging an ordering office's buying power through volume purchasing;

                  Enable an ordering office to use streamlined ordering procedures with no dollar limitations on individual task/delivery orders;

                  Permit an ordering office to incorporate Contractor Team Arrangements;

                  Allow for quicker turnarounds on orders; and 

                  Permit an ordering office to incorporate terms and conditions not in conflict with the underlying contract.

 

A BPA can be set up for field offices across the nation to use, thus allowing them to participate in an ordering office's BPA and place orders directly with GSA Federal Supply Schedule contractors. In doing so, the entire agency reaps the benefits of additional discounts negotiated into the BPA. In addition, the ordering office reduces the administrative burden of writing numerous task/delivery orders, while still being able to order as much as it wants and as often as it wants. The flexibility and advantages are endless when setting up a BPA.

 

Setting Up a BPA

BPAs are established directly with GSA Schedule contractors. In accordance with FAR 8.404, an ordering office may request a price reduction based on the total estimated volume of the BPA, regardless of the size of individual orders. The Request For Quotation (RFQ) should specify the ordering office's requirements, including estimated quantities and work to be performed, and should advise GSA Schedule contractors whether the ordering office intends to establish a single BPA or multiple BPAs.

 

Generally, a single BPA should be established when the ordering office can easily define its services and/or products requirements and a firm-fixed price or ceiling price can be established. Since a best value selection is made when the single BPA is established, the ordering office does not need to make a separate best value selection for each order under the BPA.

Multiple BPAs should be established when the ordering office cannot easily define its services and/or products requirements, or it determines that more than one BPA is needed to meet its needs. First determine which GSA Schedule contractors are technically qualified and then establish BPAs with them. When multiple BPAs are established, each order must be competed among all BPA holders and a best value selection must be made each time an order is placed.

 

All BPAs must contain certain information, such as:

 

                  The name of the GSA Schedule contractor;

                  The GSA Schedule contract number;

                  The BPA number assigned by the ordering office;

                  A description of the requirement, to include estimated quantities and work to be performed;

                  The prices and/or discounts;

                  The extent of the obligation;

                  Any additional price reductions negotiated by the ordering office, based on the proposed dollar value of the BPA;

                  A listing of individuals authorized to purchase under the BPA;

                  The delivery or performance time frames;

                  The location of deliveries;

                  The frequency of ordering and invoicing;

                  The date of BPA expiration; and 

                  A statement that all other terms and conditions are contained in the GSA Federal Supply Schedule contract.

 

Note: Prices under GSA Federal Supply Schedule contracts have already been determined to be fair and reasonable.

 

14. Payment Address

Remittance Address

Blazin' Inc.

P.O. Box 6463

Huntsville, AL 35824

 

15. Warranty Provision

Blazin' Inc. accepts FAR Clauses and guidelines for Service Warranty, such as, -- (d) the contracting officer may insert a clause substantially the same as the clause at 52.246-20, Warranty of Services, in solicitations and contracts for services when a fixed-price contract for services is contemplated and the use of warranty clause has been approved under agency procedures

 

46.704 Authority for use of warranties. The use of a warranty in an acquisition shall be approved in accordance with agency procedures.

 

16. Export Packing Charges

Non-Applicable

 

17. Terms and Conditions of Government Purchase Card Acceptance (any thresholds above the micro-purchase level)

Blazin' Inc. accepts the Government purchase card for payments equal to or less than the micro-purchase threshold for oral or written delivery orders. Government purchase cards will be acceptable for payment above the micro-purchase threshold. In addition, bank account information for wire transfer payments will be shown on the invoice.

 

18. Terms and Conditions of Rental, Maintenance, and Repair

Non-Applicable

 

19. Terms and Conditions of Installation

Non-Applicable

 

20. Terms and Conditions of repair parts indicating date of parts price lists and any discounts from list prices

Non-Applicable

 

20a. Terms and Conditions for any other services

To be determined by ordering agency

 

21. List of service and distribution points

To be determined by ordering agency

 

22. List of Participating dealers

Non-Applicable

 

23. Preventive maintenance

Non-Applicable

 

24a. Special attributes such as environmental attributes

Non-Applicable

 

24b. Electronic and Information Technology (EIT)

Non-Applicable

 

25. Data Universal Number System (DUNS) Number

08-7646241

 

26. CCR Database

 

Contractor has registered with the Central Contractor Registration Database