Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

R -- Community Readiness Program Assistant

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-06-Q-6016
 
Response Due
9/12/2006
 
Archive Date
9/27/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-12. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Small Business set-aside. This is firm-fixed price procurement and will be procured using commercial procedures. Solicitation Number is FA4809-06-Q-6016. The NAICS code 624190 applies to this solicitation. The size standard is $6,500,000. CLIN 0001: Program Support, information and referral services for Seymour Johnson AFB Airmen & Family Readiness Center. Unit of Issue: Months Qty: 12. STATEMENT OF WORK FAMILY SUPPORT CENTER COMMUNITY READINESS PROGRAM ASSISTANT 1) SCOPE OF WORK: The Contractor shall provide program support, information and referral services for Seymour Johnson AFB Airmen & Family Readiness Center (AFRC). This service requires knowledge of military family support programming and a wide latitude in the knowledge, skills, and abilities associated with this Statement of Work. The contractor shall supply all services contained in this Statement of Work, but not limited to only those areas identified. 2) HOURS OF WORK: Services will be performed Monday through Friday from 7:30 am ? 4:30 pm under the supervision of the AFRC Flight Chief. Hours may be adjusted with prior approval from supervising staff in advance of work performance at which time there will be an adjustment to the duty day. 3) CONTRACTOR PERSONNEL: The Contractor shall provide a qualified employee with knowledge of Family Support Center services and activities, customer service, and communication skills appropriate in a social service environment. Contractor must become familiar with all available services; and be able to provide Air Force and commercial social service program referral information to clients as applicable in a manner which in no way offends any member of the AFRC clientele. Recognize and acknowledge clientele with a cognizance of hierarchy and protocol with reference to military rank, civilian grades, and Wing and Tenant Unit organizations. Contractor must be able to work with a diverse clientele. 4) DESCRIPTION OF SERVICES: a)Contractor shall develop and update quarterly events calendar based on programs and classes offered at the AFRC. b) Contractor shall maintain database schedules and register participants for all AFRC classes and briefings. c) Contractor shall schedule and maintain appointment calendars for 9 AFRC program activity areas: Personal Financial Management Program (PFMP), Air Force Aid Society (AFAS), Relocation, Transition, Employment, Family Life, Volunteer Resources, Family Readiness, and Community Events. d) Contractor shall compile program binders and critiques in support of AFRC workshops and seminars. e) Contractor shall perform typing duties as required by AFRC staff. f) Contractor shall attend any required meetings and take notes during the entire session. The meeting minutes shall be typed and e-mailed to the AFRC Staff. g) Contractor personnel shall maintain control and distribute mail. h) Contractor shall maintain accountability statistics for the Information and Referral services used and develop charts, logs, and summaries as directed by AFRC Flight Chief. i) Contractor shall greet and assess the needs of incoming clients/customers. j) Contractor shall provide information to clients about local service and resources. k) Contractor shall respond to routine telephone requests; refers calls and visitors/clients/customers to Community Readiness Technicians and Consultants. l) Reserved m) Contractor must have practical knowledge of human resource programs, requirements and procedures. n) Contractor must be familiar with using a personal computer and proficient with Microsoft computer software applications. o) Reserved p) Contractor shall have knowledge of various office automation software programs, tools and techniques to support program support operations and produce a variety of documents, such as letters, reports, spreadsheets, databases and graphs. q) Contractor shall have knowledge of correct grammar, spelling, punctuation, capitalization, and format to accurately prepare and edit written correspondence and reports, knowledge of automated and/or physical filing systems, procedures and the subject matter content of the materials being processed. r) Contractor shall have knowledge of format and clerical procedures to arrange a variety of materials from different sources. Contract employee shall have skill in typing and working with a variety of office equipment, and the ability to locate, assemble and compose information for routine reports inquiries and non-technical correspondence. s) Contractor shall communicate effectively, both orally and in writing, using tact and courtesy. Must be able to read, write, speak, and understand English. t) Contractor shall have the ability to plan, organize work and meet deadlines. 5) DELIVERABLES a)Provide AFRC Flight Chief a monthly client usage report in the set format not later than the fifth working day of the next month. 6) SECURITY REQUIREMENTS a) Physical Security: Contractor shall be responsible for safeguarding all Government property provided for use. At the end of each workday, ensure Government facility, equipment and materials are secure. b) Pass and Identification: Contractor shall obtain and display all Government and contractor identification as required. Contractor shall return all Government issued identification and vehicle passes at contract expiration or termination thereof. c) Traffic Laws, Weapons, Firearms and Ammunition: Contractor shall comply with all base traffic regulations. Contractor employees are prohibited from possessing weapons, firearms, or ammunition on themselves or within their contractor-owned or privately owned vehicle while on Seymour Johnson AFB. d) Key Control: Contractor shall safeguard and ensure Government furnished keys are not lost, misplaced or used by unauthorized individuals. Contractor shall not duplicate any Government furnished key and shall report immediately to the AFRC security monitor the loss thereof not later than the next workday. In the event keys other than master keys are lost or duplicated, the contractor shall re-key or replace the affected lock or locks at no cost to the Government. The Government at it's discretion shall, replace any affected lock(s) or perform re- keying and deduct such cost from the monthly payment due the contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government, and the total cost of replacement shall be deducted from the next monthly invoice submitted for payment by the contractor. e) EMPLOYEES: The contractor shall ensure all employees working on Seymour Johnson Air Force Base possess proper identification and/or citizenship documentation. Under the Immigration and Nationality Act (INA), employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired (Ref: U. S. Department of Labor: http://www.dol.gov/compliance/guide/aw.htm#whowhich) 7) OTHER SIGNIFICANT QUALIFICATIONS a) A minimum of 12 credit hours in the social sciences/social work or prior work experience in an AFRC is highly desirable. Contractor must have a minimum of at least one year of related experience in a customer service environment, or 30 college accredited semester hours, or a combination of education and direct work experience. b) Contractor should have a basic understanding of military protocol, support group organizations, understanding of family systems in a military setting, and poses the ability to communicate and work effectively with a diverse population. c) Contractor is required to dress appropriately for a professional atmosphere. 8) GOVERNMENT FURNISHED EQUIPMENT AND SERVICES a) The Government shall provide training on all computer-based systems used by the AFRC with the exception of Microsoft Office (Contractor personnel shall be proficient in this area). The Government shall also supply/furnish the necessary workspace, desk, personal computer, associated equipment and office supplies necessary for normal daily office functions. The contractor shall be responsible for safeguarding all government property provided for contractor use. b) The Government shall provide telephone service for official use only. Government furnished phones will not be used for personal business. All commercial long distance calls shall be at the contractor?s expense. 9) PRIVACY ACT: a) Work on this contract may require the Contractor to have access to Privacy Information. Contractor Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a, and applicable agency rules and guidance. 10) RESERVED 11) RESERVED 12) LOCATION: a) Services shall be performed in the office of the Airman and Family Readiness Center at Seymour Johnson AFB, NC. 13) HOURS OF OPERATION: a) NORMAL HOURS: The contractor shall perform the services required under this contract during the following hours: Monday through Friday, 7:30 am to 4:30 pm. Contractor will work a maximum of 40 hours Per week. b) FEDERAL HOLIDAYS: The contractor is not required to provide service on the following days: New Year?s Day, Martin Luther King, Jr. Day, President?s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran?s Day, Thanksgiving Day, and Christmas Day. 14) DEFINITIONS: a) CLIENT: Any person including military, civilian, reservists, and retirees or their family members seeking services from the AFRC. b) CONTRACTING OFFICER: A person with authority to enter into, administer, and/or terminate contracts, in addition to making related determinations and findings on behalf of the United States Government. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ?late? and will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price and other factors most advantageous to the government. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Paragraphs (a), (b) (5)(ii) (14) (15) (16) (17) (18) (19) (20) (24)(ii) (26) (31), (d), and (e) applies to this solicitation. FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order ? Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote), FAR 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, FAR 52.222-1 Notice to the Government of Labor Disputes, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance Reports, FAR 52.232-18 Availability of Funds, FAR 52.247-34 F.O.B. ? Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil). The following are also applicable to this solicitation: DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000, Material Inspection and Receiving Report, AFFARS 5352.201-9101 Ombudsman. Primary Point of Contact is SSgt Michael Demers at (919) 722-5405 and Alternate is 1st Lt. Michael Quinn at (919) 722-5408. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT 12 Sept 2006 at 4:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5404. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Electronic Posting System (EPS) Internet website only.
 
Place of Performance
Address: Seymour Johnson AFB NC
Zip Code: 27531
Country: UNITED STATES
 
Record
SN01134972-W 20060908/060906220942 (fbodaily.com)
 
Source
FedBizOpps 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.