Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2005 FBO #1391
SOLICITATION NOTICE

R -- Transition Assistance Program Administrative Assistant/Family Support Center Receptionist

Notice Date
9/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 90CONS, 7505 Marne Loop, F.E.Warren AFB, WY, 82005-2860
 
ZIP Code
82005-2860
 
Solicitation Number
Reference-Number-F1Y3BB5207A100
 
Response Due
9/19/2005
 
Archive Date
10/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation /Synopsis: This combined solicitation/synopsis for commercial items is prepared in accordance with the format in FAR, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-24. The Northern American Industrial Classification System Code (NAICS) is 561110. The proposed contract listed is set aside for small business concerns. ITEM DESCRIPTION: This requirement is for the service of an Administrative Assistant/Receptionist to provide support to the Transition Assistance Program and the Family Support Center Reception Area, F.E. Warren AFB, WY, 82005. The Administrative Assistant/Receptionist service shall be performed in accordance with normal office administration practices and as outlined in the following Statement of Work: TRANSITION ASSISTANCE PROGRAM ADMINISTRATIVE ASSISTANT/FAMILY SUPPORT CENTER RECEPTIONIST 1. Introduction. The contractor shall assist the Transition Assistance Program manager in administering the base transition assistance programs and accomplish reception/administrative tasks for the Family Support Center as required. 1.1. Location: The work shall be accomplished at F. E. Warren AFB, WY, at the Family Support Center, 7601 Randall Avenue (Bldg 207). 1.2. Period of Performance: 26 Sep 05 to 25 Sep 06 1.3. Work Day: Services shall be performed 40 hours per week, Monday through Friday, 0730 to 1630, excluding federal holidays. If the contractor is required to attend meetings outside the normal hours, they shall adjust their schedule so as not to exceed 40 hours for the week. All work will be performed during the above times or exceptions; overtime is not allowed. Work will be coordinated with the Contracting Officer?s Representative (COR), which will be the Director of the Family Support Center. 2. Scope of Work: The contractor will be responsible to assist the Transition Assistance Program manager in aggressively administering the various transition assistance programs. The contractor will provide reception for center visitors/clients and accomplish administrative duties as required. The contractor?s duties shall also include, but are not limited to: 2.1. Provide administrative support for the Transition Assistance Program manager. 2.2. Accomplish reminder contacts to clients, assist with preparing for transition assistance classes and pre-separation counseling. 2.3. Assist in maintaining appropriate documentation on all required transition assistance databases IAW Air Force guidance and instructions. 2.4. Serve as a receptionist for the Family Support Center providing information about the community enhancement programs available and the appropriate FSC program coordinator/manager. 2.5. Accomplish correspondence with various military and civilian agencies, maintaining file plans, inter-office rosters/schedules and various other administrative tasks associated with the receptionist position. 3. Job Qualifications: 3.1. The contractor shall have a minimum of 2 years administrative assistant/receptionist experience (this requirement may be waived by the Family Support Center Director / Contracting Officer if a qualified applicant cannot be found.) 3.2. Basic administrative skills and good interactive communication skills. 3.3. The contractor shall submit a personal resume with two references. 3.4. Contractor must have or be qualified to obtain a National Agency Clearance (NAC) 4. Evaluation Factors: The contractor?s qualifications shall be based on a review of the resume and references. 5. Applicable Publications and Forms: The contractor shall follow the publications and forms listed below. The list is a minimum and more shall be added or deleted depending on changes and updates. The government will provide all the required publications and forms at the start of performance. The contractor, in conjunction with the Family Support Center Director, shall be responsible for establishing requirements with the publications distribution office and will maintain publications in accordance with applicable instructions. 5.1. AFI 36-3009, Family Support Center Program. 5.2. AFI 91-301, Air Force Occupational Safety, Fire Prevention, and Health Program. 5.3. All Family Support Center Operating Instructions. 6. Base Access: Permission for contractor personnel and vehicles to enter the installation is subject to the approval of the Base Security Police. Contractor personnel may obtain contractor IDs by filling out a DD Form 1172 at the Family Support Center, submitting it to the 90th Contracting Squadron, and then obtaining a pass at Pass and Registration in Building 1284. At least one picture ID with the holder?s signature and verification of social security number will be required to issue a contractor ID card. 7. Government-furnished Property and Support: The Government will provide the following at no cost to the contractor. 7.1. Facilities, equipment and supplies of a general nature, and support services necessary for assisting the Transition Assistance Program Manager and accomplishing receptionist duties; primary source of support will be F. E. Warren AFB Family Support Center unless otherwise specified. 8. Restrictions: 8.1. The contractor is prohibited from receiving monies or other benefits from any source as a direct or indirect result of the services provided by the Family Support Center. 8.2. The contractor will distinguish clearly in public between their statements and actions as an individual and as a representative of the Family Support Center. Performance Period is from 26 September 2005 thru 25 September 006. Quotes shall include pricing information to include the unit prices for each fiscal year and extended total amounts as well as the completed provision at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items, with its offer. Award shall be made to offeror providing the lowest priced offer who meets the requirements of the Statement of Work. The clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. No addenda apply. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and FAR 52.217-4, Evaluation of Options Exercised at the Time of Contract Award, apply to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; and 52.222-26, Equal Opportunity. The following clauses are also applicable to this acquisition: FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52-222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; DFARS 252-204-7004, Alternate A, Required Central Contractor Registration; DFARS 252-232-7003, Electronic Submission of Payment Requests, and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. The full text version of the FAR and DFARS clauses are available on the Internet at the following addresses: FOR FAR PROVISIONS/CLAUSES: http://farsite.hil.af.mil; FOR DFAR PROVISIONS/CLAUSES: www.acq.osd.mil/dp/dars/dfars.html; and REQUIRED CENTRAL CONTRACTOR REGISTRATION: www.ccr.dlis.dla.mil/ccr/scripts/index.html. Quotes will be received at 90 CONS/LGCB, 7505 Marne Loop, F.E. Warren AFB, WY 82005-2860 until 4:30 P.M. local time on 19 September 2005. Janet Dull, Contract Specialist, may be contacted at (307) 773-3749, for additional information, or Curtis E. Swan II, Contracting Officer, at (307) 773-6603.
 
Place of Performance
Address: 7505 Marne Loop, F. E. Warren AFB, WY
Zip Code: 82005-2860
Country: USA
 
Record
SN00896247-W 20050917/050915212331 (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.