Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2004 FBO #0899
SOLICITATION NOTICE

U -- Native American Internships

Notice Date
5/11/2004
 
Notice Type
Solicitation Notice
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, Protective and Support Services, 1155 Defense Pentagon, Room 5E330, Washington, DC, 20301-1155
 
ZIP Code
20301-1155
 
Solicitation Number
HQ0095-04-T-0066
 
Response Due
5/18/2004
 
Archive Date
6/2/2004
 
Point of Contact
Cheryl Capers, Purchasing Agent, Phone (703) 695-3300, Fax (703) 692-0811, - Larna Palmer, Contract Specialist, Phone 703-614-9324, Fax 703-692-0811,
 
E-Mail Address
ccapers@ref.whs.mil, lpalmer@ref.whs.mil
 
Description
(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This proposed action is for services for which the Government intends to solicit and negotiate with one source ? Washington Interships for Native Students Program (WINS) under authority of FAR 6.302-1. Persons may identify their interest and capability (statement) to respond to the requirement (see xvi). THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. See numbered Note 22 for further specifics. (ii) This Solicitation HQ0095-04-T-0066 is a Request for Quote (RFQ) for summer interns. (iii) This Solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 01-13, effective April 05, 2004.. (iv) The applicable North American Industry Classification System code is 611310 and the corresponding size standard is $6.0 million. The Small Business Competitiveness Demonstration Program does not cover this procurement. (v) & (vi) CLIN 0001: Provide four (4) Native-American Interns for employment at the Department of Defense (DOD) during Summer 2004 (June 7, 2004 through August 27, 2004). Washington Internships for Native Students Program General Requirement: The Department of Defense is committed to increasing representation of persons of Native-American backgrounds within the overall DoD work force. A key method of accomplishing this requirement is to better inform students at colleges and universities of employment possibilities with DoD upon graduation through temporary internships of such students in DoD facilities during summer months, as well as during the fall and spring semesters. How the Requirement Developed: The Washington Internships for Native Students (WINS) program is a visionary effort founded on the idea that young people of the sovereign Native American nations can build leadership skills while living, studying, and interning in Washington, D. C., and can then bring those skills back to their communities. The WINS program is administered by the Washington Semester and World Capitals Programs of American University. We believe this is an exciting opportunity for us to target a hard-to-reach minority population. Overall Program Objectives: The primary goal is to increase the visibility of DoD within the Native American communities in order to enhance employment opportunities for a wide range of persons. The expectation is that the interns who are assigned within DoD offices will either themselves apply for permanent positions with DoD upon graduation, or at the very least, communicate a favorable impression of DoD as an employer to fellow students, family members, and friends. Specific Objectives of the Requirement: Participating interns are provided assignment placements to the maximum extent possible into offices closely matching their areas of interest and expertise. This will serve the two-fold purpose of ensuring that they are able to use their skills in meaningful employment opportunities, and that the offices to which they are assigned achieve maximum benefit of their skills and knowledge in specific functional areas of science, management, financial operations, technology, program planning, or other fields of study. Supplier Requirements: WINS will provide the following services: recruitment of participants; employment (receiving and processing applications, matching assignments); orientation in Washington DC prior to entry on duty; developmental activities; assisting interns in obtaining academic credit for program participation; support services such as program handbooks and updates, communication; housing assistance; travel expenses to Washington DC area; program evaluation. Direction on Specific Methodologies to be used: Merit principles and careful matching of candidate to employment opportunities. Applicability of Specification and Standards: Interns will be fully qualified in specific skill set forth by offices in which assigned, and will meet any security requirements. Period of Performance: The period of performance is June 7, 2004 through August 27, 2004. Government-furnished elements: Office of the Secretary of Defense (OSD) and other participating components serviced by Washington Headquarters Services (WHS) will provide office space and requisite office equipment for use by interns during their service. Government Review and Approval: A staff member of WHS, Personnel and Security Directorate (P&SD) will serve as the internal program manager to provide assistance to management officials and to interns as required. At the completion of the program, the staff member will also assess the effectiveness of the program to determine if it should continue in future years. Reporting Requirements: WHS, P&SD will be continuously monitoring the process to ensure optimum placement opportunities, and overall quality and performance of interns once on board. WHS, P&SD will also work closely with WINS to resolve any operational problems that may arise. Control Procedures: The WHS, P&SD specialist will work closely with WINS?s Program Manager to ensure the highest quality interns, and with OSD managers to ensure that realistic work opportunities are identified to match skills and requirements. A continuous monitoring will be conducted to quickly and efficiently resolve any program problems. Inspection and Acceptance Requirements: The selection process will result in a group of highly qualified interns to be placed in participating offices. Interns are subject to review in terms of qualifications and security requirements, and will be in-processed to the extent necessary upon their reporting dates. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: See Item number (v & vi) for dates/performance period. (viii) The following provision applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1 entitled Instructions to Offerors ? Commercial. The following provision is being added as an Addendum: FAR 52.214-31 Facsimile Bids/Quotes. (ix) The following provision does not apply to this acquisition: FAR 52.212-2 entitled Evaluation -- Commercial Items. Award will be based on the best value to the Government, considering price and other non-price factors (ability to meet solicitation requirements and past history). (x) Offers are to include a completed copy of provision FAR 52.212-3 entitled Offeror Representations and Certifications -- Commercial Items. Also if your company is a vendor not registered to do business with the Government, check web address: <http://www.dlis.dla.mil/ccr> and provide company?s CAGE Code with offer. (xi) The following provision does apply to this acquisition: FAR 52.212-4 entitled Contract Terms and Conditions -- Commercial Items. (xii) The following clause is applicable to this acquisition: FAR 52.212-5 entitled Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. The following FAR Clauses within the aforementioned clause are being selected as applicable: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-16 and 52.232.33. In addition the following clauses apply to this acquisition: DFARS 252.204-7004, Required Central Contractor (CCR) Registration and DFARS 252.212-7001 are applicable to this requirement. Vendors may obtain CCR information by calling 1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. ONLY FIRMS REGISTERED IN THE CCR ARE ELIGIBLE FOR CONTRACT AWARD. (xiii) There are no additional contract requirement(s) or terms and conditions necessary for this acquisition that are consistent with customary commercial practices. (xiv) There is not a Defense Priorities and Allocations System (DPAS) number assigned to this acquisition. (xv) See Numbered Note 22. (xvi) Submission and delivery of capability statements are to be forwarded by May 18, 2004 by 10:00 A. M. local time, using either method: via facsimile 703-692-0811, Pentagon Metro Entrance or via e-mail to ccapers@ref.whs.mi. (xvii) The points of contact for this acquisition are: Contract Specialist Mrs. Cheryl Capers (703) 695-3300, Contracting Officer Ms.Larna Palmer, (703) 614-9324. ANY FURTHER INQUIRIES SHOULD BE FORWARDED VIA FACSIMILE ON 703-692-0811. NO TELEPHONE INQUIRIES WILL BE ANSWERED REGARDING THIS SOLICITATION.
 
Place of Performance
Address: Personnel & Security Directorate Region, 5001 Eisenhower Avenue, Alexandria, VA 22333-0001
 
Record
SN00584183-W 20040513/040511212743 (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.