Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2003 FBO #0625
SOLICITATION NOTICE

G -- New Parent Support Plus Services, Family Advocacy Program Staff Member. Provides services to high needs families.

Notice Date
8/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
DABK35-03-T-0075
 
Response Due
8/29/2003
 
Archive Date
10/28/2003
 
Point of Contact
rhonda.hutchins, 580-442-4017
 
E-Mail Address
ACA, Fort Sill
(rhonda.hutchins@sill.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA Personal Services: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; p roposals are being requested and a written solicitation will not be issued. Solicitation document DABK35-03-T-0075 is issued as a Request for Quotation. This acquisition is set aside for small business. The applicable NAICS code is 624190; SIC code is 8 322; size standard is $6.0 Million. This solicitation is issued under FAR Subpart 13.5, Test Program For Certain Commercial Items. Services shall be performed at Fort Sill, OK. The following personal services are required: CLIN 0001 Base Year New Paren t Support Plus Services for the period 23 Sept 03 – 22 Sep 04: New Parent Support Plus (NPS+) for Army Community Service (ACS), Building 4700, Fort Sill, OK, for the period 23 September 2003 through 22 September 2004, in accordance with (IAW) Performa nce Work Statement (PWS), Period of Performance is 12 months; CLIN 0002 Base Year Training Expenses for three trips for the New Parent Support Plus contractor to attend training, to be reimbursed after traveling, IAW PWS, three (3) Each trips for the perio d 23 September 2003 through 22 September 2004; CLIN 0003 Base Year Supplies expenses for New Parent Support Plus, to be reimbursed monthly, IAW PWS, for a period of 12 months, 23 September 2003 through 22 September 2004. This solicitation includes four (4 ) option periods: CLIN 0004 through CLIN 0006 (23 September 2003 through 22 September 2005); CLIN 0007 through CLIN 0009 (23 September 2005 through 22 September 2006); CLIN 0010 through CLIN 0012 (23 September 2006 through 22 September 2007); CLIN 0013 th rough CLIN 0015 (23 September 2007 through 22 September 2008). The same descriptions used in the Base Year CLIN 0001 through 0003 will be used for all option periods. The option years periods of performance will be 12 months. Please provide quotes in th e spaces provided below: BASE YEAR: CLIN 0001 New Parent Support Plus (NPS+) 12 Months (23 September 2003 through 22 September 2004) Unit Price: ________ X 12 Months = Amount: ____________, CLIN 0002 Training Expenses Unit Price: ________ X 3 Trips = Amou nt: ____________, CLIN 0003 Supplies Expenses Unit Price: ________ X 12 Months = Amount: ____________; OPTION YEAR ONE: CLIN 0004 New Parent Support Plus (NPS+) 12 Months (23 September 2004 through 22 September 2005) Unit Price: ________ X 12 Months = Amou nt: ____________, CLIN 0005 Training Expenses Unit Price: ________ X 3 Trips = Amount: ____________, CLIN 0006 Supplies Expenses Unit Price: ________ X 12 Months = Amount: ____________; OPTION YEAR TWO: CLIN 0007 New Parent Support Plus (NPS+) 12 Months (2 3 September 2005 through 22 September 2006) Unit Price: ________ X 12 Months = Amount: ____________, CLIN 0008 Training Expenses Unit Price: ________ X 3 Trips = Amount: ____________, CLIN 0009 Supplies Expenses Unit Price: ________ X 12 Months = Amount: _ ___________; OPTION YEAR THREE: CLIN 0010 New Parent Support Plus (NPS+) 12 Months (23 September 2006 through 22 September 2007) Unit Price: ________ X 12 Months = Amount: ____________, CLIN 0011 Training Expenses Unit Price: ________ X 3 Trips = Amount: _ ___________, CLIN 0012 Supplies Expenses Unit Price: ________ X 12 Months = Amount: ____________; OPTION YEAR FOUR: CLIN 0013 New Parent Support Plus (NPS+) 12 Months (23 September 2007 through 22 September 2008) Unit Price: ________ X 12 Months = Amount: ____________, CLIN 0014 Training Expenses Unit Price: ________ X 3 Trips = Amount: ____________, CLIN 0015 Supplies Expenses Unit Price: ________ X 12 Months = Amount: ____________. PERFORMANCE WORK STATEMENT FOR FAMILY ADVOCACY PROGRAM (FAP) NEW PARENT S UPPORT SERVICES “PLUS” (NPS+). GENERAL: New Parent Support Plus Services (NPS+S) promotes healthy family relationships by providing secondary preve ntion and intervention services to high-needs families with children prenatal to age three (3). Primary activities are screeening, assessment and intensive home visiting for identified families. Services are voluntary, strength-based, and tailored to eac h family’s stated needs and goals. Families may be self-referred or referred by agencies such as health care providers, chaplains, social service staff, or command. All parties interested in providing a quotation may download the complete Performanc e Work Statement (PWS) for the solicitation from the ACA, SR, Directorate of Contracting, Fort Sill, OK, website via the Internet at http://sill-www.army.mil/doc/, or may call Rhonda Hutchins at (580) 442-3604 to obtain a copy. Wage Determination No. 94-2 525, Revision (23), Dated 05/30/03, is applicable to this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. The following provisions and clauses apply: 52.21 2-1, Instructions to Offerors, Commercial Items; 52.212-4, Contract Terms and Conditions, Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (including 52.219-8, 52.219-23, 52. 222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.222-43, 52.232-33); 52.217-5, Evaluation of Options, 52.217-8, Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, 252.212-7001, Contract Terms and Con ditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001, 252.243-7002); 252.204-7004, Required Central Contractor Registration. The following provision and clause also apply and provides websites for information purposes: 52.252-1 Solicitation Provisions Incorporated by Reference, and 52.252-2 Clauses Incorporated by Reference, addresses www.arnet.gov/far, www.farsite.hill.af.mil, www.dtic.mil/dfars; a copy of the provision 52.212-3, Offeror Representations and Certifications—Commercial Items (June 2003) Alternate I (April 2002) must be completed and submitted with the offer. A copy of the provision 252.212-7000, Offeror Representations and Certifications—Commercia l Items must be completed and submitted with the offer. Offeror shall provide DUNS number as specified in 252.204-7004, Required Central Contractor Registration. STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (See paragraph (c)(2) of FAR Clause 52.212-5 .) This statement is for information only; it is not a Wage Determination: Employee: Family Advocacy Program Staff; Class: GS-09; Monetary Wage/Fringe Benefits: 18.66/32.85%. The government will evaluate quotes in response to this request and award a pur chase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, and /or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). Services described herein may be extended as described at FAR 52.217-8 by the Contracting Officer’s written notice to the Contractor anytime before contract expiration or within 30 calendar days after funds for the exercise of the option become available, whichever is later. This option is intended to protect the Government from disruption of mission essential service in the event of unusual administrative problems or othe r extenuating circumstances. No legal liability on the part of the Government for payment of any money for performance under any option beyond 30 September of the contract year shall arise unless and until funds are made available to the Contracting Offic er for such performance and notice of such availability, to be confirmed in writing by the Contracting Officer, is given to the Contractor. NOTICE OF TOTAL SMA LL BUSINESS SET ASIDE: Offers/bids are solicited only from small business concerns. Offers/bids received from other than small business concerns shall be considered nonresponsive and will be rejected. Vendors/Contractors must submit their invoices in th e following format: 1. Name and Address; 2. Contract/Purchase Order Number, including Delivery Order Number (Must include complete number (i.e. DABK35-XX-X-XXXX); 3. Description, Price, and Quantity of Property or Services Actually Provided; 4. Shippi ng and Payment Terms; 5. Complete Mailing Address; 6. Telephone Number and Address for notification in case of defective invoice; Note: Invoices must match Purchase Order/Contract in description and unit of issue. Defective Invoices will be returned. Offers are due at the ACA, SR, Directorate of Contracting, SFCA-SR-SI, P.O. Box 33501, Bldg 1803, Fort Sill, OK 73503-0501 by 4:00 p.m., CDST, August 29, 2003. Fax transmissions of quotes shall be accepted, fax #580-442-8014. All responsible sources may submit a quote which shall be considered.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABK/DABK35/DABK35-03-T-0075/listing.html)
 
Place of Performance
Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
Country: US
 
Record
SN00402199-F 20030816/030814223755 (fbodaily.com)
 
Source
FedBizOpps.gov 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.