Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2005 FBO #1241
SOLICITATION NOTICE

R -- Administrative Program Support Manager

Notice Date
4/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
 
ZIP Code
33621-5000
 
Solicitation Number
Reference-Number-APSM1
 
Response Due
4/29/2005
 
Archive Date
5/14/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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 announcement constitutes the only solicitation; a proposal is requested, and a written solicitation will NOT be issued. The purchase request number is S5180425BASIC. The solicitation incorporates provisions and clauses as those in effect through Federal Acquisition Circular 01-05. DESCRIPTION: A four year degree is preferred with at least 3-years of Executive-level support in the FSC or equivalent experience at the executive level in the workforce. Knowledge of FSC activities is required. The Contractor must have excellent administrative and communication skills, and be trustworthy as this person handles a large amount of sensitive and privacy act information. Computer skills required in MS Office 2000 or above (to include Outlook), PrintShop, and Formflow. Contractor will be the primary contact for all FSC customers. Knowledge and experience in the operations and activities of the FSC is required. Contractor will provide assistance to all FSC staff. A. Contractor will: 1. Develop presentations, flyers, and other correspondence as requested/needed. Organize, schedule, and advertise meeting and event planning activities. 2. Use problem solving and creativity skills necessary to provide proper service to customers and FSC staff. 3. Manage multiple phone lines, greet and interact with customers and Distinguished Visitors, provide information and referral to customers, and manage all staff appointments (via MS Outlook). 4. Ensure rosters, flyers, correspondence, and advertising material are up-to-date and posted appropriately. 5. Become familiar with Family Integrated Results and Statistical Tracking (FIRST) and will be responsible for entering statistical data into FIRST for customer contacts. 6. Have familiarity with base and community ?helping agencies? for proper customer referrals and assistance. 7. Have familiarity with military ranks, protocol, and organizational structure 8. Possess and employ excellent writing and oral communication skills, organizational skills, and planning and time management skills 9. Ensure all security measures are enforced (OPSEC, COMSEC, and Force Protection conditions and procedures) 10. Attend scheduled meetings/appointments 11. Be knowledgeable in FSC marketing efforts to include outreach venues, publishing the monthly calendar, preparing articles for publication, and planning marketing strategies for and with FSC staff. B. Contractor must be competent in the following areas: 1. Family Life Education, Relocation Assistance, Transition Assistance, Employment Focus, Emergency Financial Relief, Personal Financial Management, Volunteer Resources, Employment Resource Center, and Family Readiness 2. Intake and evaluation of applications for financial assistance through the Air Force Aid Society, Army, Navy, and Marine Corps Relief Societies 3. Scheduling customers for classes related to FSC activity areas 4. Communicating orally, instructing others, and capable of interacting effectively with a diverse population. C. Contractor will have working knowledge in the following areas: 1. Federal employment procedures, DoD employment related web sites, Department of Labor publications and web sites, Dictionary of Occupational Titles (DOTs), Occupational Outlook Handbook, and O?Net 2. Local, city, county and state human services resources 3. Veteran?s benefits and entitlements to include a. VA Web site b. Medical benefits c. Educational benefits d. Certificates of Eligibility for home loan guarantee D. Contractor will be available for work during established work schedule of not less than 26 hours and not more than 40 hours per week during normal duty hours (0730-1630 Monday through Friday). Contractor will dress in appropriate business attire while providing services in the FSC. E. Contractor is responsible to notify the FSC Director or Superintendent at least five duty days prior to any planned absence. This requirement is given to allow the FSC staff members the opportunity to plan their business activities without the availability of associated administrative support. F. Contractor will provide a record of working hours (billing invoice) to the FSC Superintendent at least monthly. Candidates will be graded on a scale of 1-10 (1 being low) based on their resume against the requirements in this work statement. An interview may be requested; therefore candidates must include a phone number and/or email address. This new Blanket Purchase Agreement (BPA) will be 100% set-aside for small business, the North American Industry Classification System code (NAICS) is 56110, the size standard is $6M in annual receipts (Not to Exceed). SEE ATTACHED PERFORMANCE WORK STATEMENT The quote must list the DUNS number, CAGE code, and Federal TIN. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. All contractors doing business with the federal government must be registered in CCR. DELIVERY ADDRESS: Family Support Center 6 MSS/DPF, 2306 Florida Keys Avenue MacDill Air Force Base, Florida 33621 PERIOD OF PERFORMANCE: Performance will start on 01 Jun 2005. with one year options. PROVISIONS/CLAUSES: The following FAR and DFARS provisions and clauses apply: 52.212-1, Instruction to Offerors-Commercial. In accordance with 52.212-2, Evaluation-Commercial Items, offers will be evaluated based on price, technical acceptability, and past performance records. Additional FAR clauses include 52.212-4, 52.212-5, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.225-13, 52.232-33, 252.212-7001, 252.225-7001, 252.247-7024, 52.222-41, 52.222-42, 52.222-47. Contractors must submit with their offers, a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Contractors must be registered for electronic invoicing at https://wawf.eb.mil/. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. DEADLINE: Offers are due on 29 APR 05 1200PM EDT. Submit offers or any questions to the attention of TSgt Charles W. Hoyle Jr., 6CONS/LGCA, via fax 813-828-3667 or preferably by email to charles.hoyle@macdill.af.mil.
 
Place of Performance
Address: Family Support Center, 6 MSS/DPF, 2306 Florida Keys Avenue, MacDill Air Force Base, Florida 33621,
Zip Code: 33621
Country: USA
 
Record
SN00790256-W 20050420/050418211722 (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.