Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2004 FBO #0830
SOLICITATION NOTICE

R -- Relocation Assistance Services for Family Support Center

Notice Date
3/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535
 
ZIP Code
94535
 
Solicitation Number
Reference-Number-F1310640260100
 
Response Due
3/15/2004
 
Archive Date
3/30/2004
 
Point of Contact
Pam Fry, Contract Specialist, Phone 707-424-7738, Fax 707-424-0288, - Rodney Alcantara, Contracting Officer, Phone 707-424-7727, Fax 707-424-0288,
 
E-Mail Address
pamelia.fry@travis.af.mil, rodney.alcantara@tavis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION IAW FAR 12.603 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This synopsis/solicitation F1310640260100 is issued as a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-20 and Defense DCN 200040223. The solicitation listed here is 100% small business set aside. The Federal Supply Class (FSC) is R499. The associated Standard Industrial Classification (SIC) is 7361. The North American Industry Classification System is 561320 and the associated business size standard is 500 employees. This request for quotation consists of the following: Item 0001 To provide Relocation Assistance Services as described in the attached Statement of Work at the Family Support Center at Travis AFB, CA, from date of award for 12 months. The following provisions and or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors-Commercial Items Note (1). FAR 52.212-2 Evaluation-Commercial Items, paragraph (a) to this provision is completed as described in Note (2). FAR 52.212-3, Offeror Representation and Certification-Commercial Items, a completed copy of this provision shall be submitted with the offer. Quotes without this provision will not be considered for an award. FAR 52.212-4, Contract Terms and Conditions-Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items include clauses (b)(5), (15), (16), (22) and (c) (1), (2) (Note 3). DFAR 252.212-7001, Contract Terms and Conditions (Dev). DFARS 252.204-7004, Required Central Contractor Registration. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil/VFFARA.HTM. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes may be transmitted by e-mail or FAX to (707) 424-2712 and are to be received at the 60th Contracting Squadron no later than 4:30 PST on 15 March 04. The point of contact for this solicitation is Pam Fry, Contract Specialist, (707) 424-7738, Pamelia.Fry@travis.af.mil. NOTES (Note 1) Instructions to Offerors - Commercial Items (JAN 2004), applies to this acquisition. The past performance information required under paragraph b. (10) shall be submitted in the form of a Personnel Resume, not more than 2 pages in length, to include the full name and address, chronological work experience to substantiate by involvement and duration the skills and services being proposed, signed and dated certifying that the information in the resume is true and accurate. The resume should demonstrate that the proposed Relocation Assistant is familiar with and responsive to military protocol, organization and structure, and the chain of command; demonstrate that the applicant can provide the services required in the SOW, and has a working knowledge of Microsoft Windows, Word, Excel, and Access, and is able to quickly become proficient on other software as available. (Note 2) FAR 52.212-2 Evaluation-Commercial Items, applies to this acquisition, with paragraph (a) to this provision completed as follows: Capability to provide the required services (including the requirement to lift 25 pounds), and past performance qualifications as described in the resume, when combined, are more important than price. Offerors who fail to quote the exact items listed in this RFP will be considered non-responsive. Capability and past performance will be evaluated using FAR 15.301(a)(2) on a basis of acceptable, unacceptable, or not applicable. Items will be graded as follows: Does not meet the standard (-). Meets or exceeds the standard (+). The offeror who has the most (+) signs on the evaluation factors, and is considered the most advantageous to the government, will be considered the apparent awardee. Paragraph (b) of the provision is reserved. (Note 3) Reference FAR 52.222-41 - Service Contract Act of 1965, as amended, Dept of Labor Wage Determination No 1994-2069 Rev 22 dated 06/05/2003 will apply to the Purchase Order. Reference FAR 52.222-42 – Statement of Equivalent Rates for Federal Hires, the blanks are completed as follows: Clerk II at $10.41 basic wage plus 33% for fringe benefits. Statement of Work For Relocation Assistance in the Family Support Center 1. SCOPE: Services, Non-Personal: Contractor shall provide personnel and transportation necessary to provide administrative assistance services for the relocation assistance office in the Family Support Center (FSC), Building 660, at Travis AFB CA. The primary responsibility is to assist customers in need of loan locker items as described below in item 2.4, assist customers in need of relocation information, and assemble the appropriate handouts. 2. RESPONSIBILITIES AND SPECIFIC TASKS: Contractor tasks include, but are not limited to the following: 2.1 Provide service from 7:30 AM to 4:30 PM daily, Monday through Friday for up to 40 hours per week, excluding Federal Legal Holidays. (One hour is allocated for lunch during the service hours.) 2.2 Assist customers with relocation problems and questions. 2.3 Assemble appropriate handouts. 2.4 Assist customers in need of loan locker items, preparing the loan item receipt, ensuring entry of the control numbers on required items, and briefing on care of loaned items. 2.5 Operate the loan locker suspense system to insure timely return of loaned items. 2.6 Provide information on incoming permanent change of station customers as needed. 2.7 Contact delinquent loan locker customers to advise them that return of items are past due. 2.8 Contact all personnel signed up for FSC classes by phone to confirm their attendance and pass on pertinent information. 2.9 Consolidate list of transition assistance program participants with appropriate information to request medical records from David Grant Medical Center for review. 2.10 Make copies of pre-separation counseling checklist, make distribution, and complete VMET search for all personnel attending pre-separation briefings. 2.11 Complete all surveys using DOCUTECH as required. 2.12 Inventory, distribute and store supplies when necessary. 2.13 Cover resource area and assist customers with employment, finance, and relocation searches. 2.14 Give and certify typing tests. 2.15 Make sure children’s play area is kept neat and clean. 2.16 Refill all printers, copiers, and fax machines with paper as needed. 2.17 Be responsible for stocking literature in brochure racks and lektriever. 2.18 Assist Air Force Aid Society Officer with labels and shredding as needed. 2.19 Conduct special projects from Director or Superintendent as required. 2.20 Open and distribute mail. 2.21 File weekly FSC related Tailwind articles. 2.22 Performs routine office duties as needed and assigned. 2.23 Be required to lift items up to 25 pounds. 3. GOVERNMENT SUPPORT: The Family Support Center will provide printing support for materials as required, be available to assist the contractor, provide working space, FSC calendar, pencils and pens, filing and storage space, and computer. The points of contact at the FSC will be the Relocation Assistance Manager.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/60CONS/Reference-Number-F1310640260100/listing.html)
 
Place of Performance
Address: Bldg 660, Travis AFB CA
Zip Code: 94535
Country: US
 
Record
SN00536237-F 20040305/040303231345 (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  © 1994-2020, Loren Data Corp.