Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
DOCUMENT

R -- Child Care Tuition Assistance - Supporting Documentation

Notice Date
9/17/2008
 
Notice Type
Supporting Documentation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
National Labor Relations Board, Division of Administration, Procurement and Facilities Branch, 1099 14th Street, N.W., Washington, District of Columbia, 20570
 
ZIP Code
20570
 
Solicitation Number
NLRB08-ERF-HR-0002
 
Archive Date
10/8/2008
 
Point of Contact
Ebony Fultz,, Phone: 2022730731, TaLisa M. Spottswood,, Phone: (202) 273-4040
 
E-Mail Address
Ebony.Fultz@NLRB.gov, talisa.spottswood@nlrb.gov
 
Small Business Set-Aside
N/A
 
Description
NLRB Child Care Tuition Assistance (Subsidy) Program Solicitation 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 this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation documents and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-26. BACKGROUND On November 12, 2001, the President signed H.R. 2590 entitled, “Treasury and General Government Appropriations Act” into Public Law 107-67 which includes permanent legislation authorizing the use of appropriated funds by executive agencies to provide child care services for Federal civilian employees. This legislation provides agencies with the authority to use appropriated funds to improve the affordability of child care for lower income Federal employees using or seeking to use child care services. Tuition assistance can reduce the amount of tuition parents pay for childcare by providing subsidies directly to the child care provider. To be eligible to participate, a childcare provider must be a family childcare home or childcare center. Both types of care must be licensed and/or regulated by the State and/or local authorities where the service is provided. The National Labor Relations Board (NLRB) is committed to providing child care subsidies for lower income federal employees. Article 36, “Child Care Subsidies” of the Collective Bargaining Agreement between the General Counsel of the National Labor Relations Board and the NLRB Union Covering Field Office Support Staff Employees establishes, consistent with budgetary considerations, a program to subsidize child care costs to make child care more affordable for lower-income Federal employees. The program is consistent with P.L 107-67 and 5 CFR Part 792. SCOPE OF WORK The purpose of this procurement is to provide appropriated funding to the vendor who has been issued an order to administer the NLRB child care tuition assistance (subsidy) program. The vendor will be responsible for disbursing payments to licensed child care providers who have provided child care services to employees approved to participate in the subsidy program. The childcare program at NLRB has averaged a total of 5 participants in the past four years. The vendor shall provide all labor, materials, and equipment required to disburse funds to licensed child care providers who have provided child care services to approved NLRB employees participating in the child care tuition assistance program. The vendor shall submit quarterly invoices to the NLRB to receive appropriated funds for disbursement to the licensed child care providers. Funds for the vendor to provide child care subsidy to licensed child care providers for approved employees will be paid to the vendor in advance of three months as outlined below under “Deliverables.” TASKS The vendor shall perform the following tasks: 1.Perform all administrative tasks associated with the tuition assistance program appropriately and efficiently. 2.Process tuition assistance applications and make a determination of eligibility and the amount of tuition assistance based on the tuition assistance determined by the Child Care Subsidy Program. (See Attachment A for description of the NLRB Child Care Program as outlined in Article 36). Issue written acknowledgement of receipt, and approval or disapproval of acceptance into the program to employees. Provide copies of the aforementioned correspondence issued to employees to the NLRB COTR or Program Point of Contact at the same time letters are issued to employees. 3.Provide the reasons for any denials that may occur and report denials to the NLRB at the same time that employees are notified. 4.Obtain appropriate tax income information annually from existing participants sufficient to recertify the participants’ continuing eligibility to receive subsidies. Notify employees in writing of their approval of disapproval for continuing in the program. Provide copies to the NLRB COTR or Program Point of Contact of tax information received and annual correspondence sent to existing participants regarding their ability to continue in the program. 5.Notify NLRB COTR or Program Point of Contact in writing (within 10 calendar days of the employee’s removal) when any participant is removed, voluntarily or involuntarily from the program. 6.Maintain confidentiality of all of the information contained in the tuition assistance applications. 7.Notify the parents and the child care provider of the amount of the tuition assistance that each family will receive and their effective dates. 8.Ensure that those child care providers who receive Federal funds because of the agency’s tuition assistance program are licensed and/or regulated by State and/or Local authorities. 9.Ensure that licensed child care providers understand that if, for whatever reason, the provider is no longer licensed and/or regulated by the State and/or Local authorities, the provider will immediately notify the vendor that administers the tuition assistance program and the Federal employee whose child is enrolled in the child care program. In such cases, the provider will no longer be permitted to receive the tuition funds. 10.Receive monthly invoices for the tuition assistance amounts from the child care providers; verify services were received; and provide payment based on the invoiced amount 30 days after the date of the invoice. The vendor will pay the tuition assistance directly to the childcare provider, and not to the Federal employee. The vendor also shall adhere to the following: a.Ensure that the childcare provider submits a written invoice, on a monthly basis, to the vendor. Both the child care provider and the parent must certify on the invoice that the care was provided. b.Tuition assistance awards will be quoted as weekly amounts and the invoices must be prepared using full week amounts unless services for the child end during a particular week. 11. Submit quarterly invoices which shall reflect the estimated total amount which will be required to fund the Child Care Subsidy Program to pay for the services of licensed child care providers who have provided child care services to approved applicants. Invoices shall be submitted quarterly, to receive advance payment, prior to services being provided. 12. Upon receipt of funding, distribute payments to licensed child care providers who have provided services as required by purchase order. 13.Obtain new income eligibility guidelines from the NLRB COTR or Program Point on Contact by January of each calendar year. Apply new income eligibility guidelines as soon as they become effective each calendar year. REPORTING REQUIREMENTS A. The vendor shall provide monthly status reports on the Child Care Subsidy Program to the Agency by the 20th of each month. The following information will be included in the monthly report: 1. The number of employees who qualified for tuition assistance and their grade levels; the number of children enrolled as a result of receiving subsidy from HUD; and the number of applications pending. 2. The amount of tuition assistance each recipient is qualified to receive, and the amount dispersed to the childcare provider. 3. The name and location of child care providers receiving funds for tuition assistance. B.In addition, the vendor shall provide the following quarterly reports on the Child Care Subsidy Program to the NLRB two weeks before the end of each quarter: 1. The remaining balance of the Agency’s funds and the amount needed for the next quarter to cover projected disbursements. 2. The vendor shall provide an annual summary report for tax purposes including the name of each employee, the employee’s social security number, and the amount of tuition assistance received by the employee’s child care provider. All reports and/or information must be provided in an acceptable electronic format agreeable to The NLRB. PERIOD OF PERFORMANCE Period of Performance for a base year beginning October 1, 2008 through September 30, 2009, with four (4) one year options. OPTION YEAR 1: October 1, 2009 through September 30, 2010 OPTION YEAR 2: October 1, 2010 through September 30, 2011 OPTION YEAR 3: October 1, 2011 through September 30, 2012 OPTION YEAR 4: October 1, 2012 through September 30, 2013 Note: Permanent legislation (Public Law 107-67) has been enacted for this program; it is anticipated the NLRB will continue this program on a long-term basis for future fiscal years. PRICE SCHEDULE The Contractor shall furnish all the necessary personnel, material, equipment, and services to perform the work in accordance with Statement of Work and with the following Price Schedule: The NLRB has 10 participants in the Childcare program and expects to disburse $13,000 per month in Childcare subsidy. The disbursements will be equally distributed among all 10 participants in the program. Base Period Period of Performance (10/01/08-9/30/09) DescriptionQtyUnitUnit PriceTotal Price Subsidy Allotment12Months$13,000.00 (est.)$156,000.00 (est.) Management & Administration of the NLRB Childcare Tuition Assistance Program12Months$________$________ Option Year I Period of Performance (10/01/09-9/30/10) DescriptionQtyUnitUnit PriceTotal Price Subsidy Allotment12Months$13,000.00 (est.)$156,000.00 (est.) Management & Administration of the NLRB Childcare Tuition Assistance Program12Months$________$________ Option Year II Period of Performance (10/01/10-9/30/11) DescriptionQtyUnitUnit PriceTotal Price Subsidy Allotment12Months$13,000.00 (est.)$156,000.00 (est.) Management & Administration of the NLRB Childcare Tuition Assistance Program12Months$________$________ Option Year III Period of Performance (10/01/11-9/30/12) DescriptionQtyUnitUnit PriceTotal Price Subsidy Allotment12Months$13,000.00 (est.)$156,000.00 (est.) Management & Administration of the NLRB Childcare Tuition Assistance Program12Months$_____$________ Option Year IV Period of Performance (10/01/12-9/30/13) DescriptionQtyUnitUnit PriceTotal Price Subsidy Allotment12Months$13,000.00 (est.) $156,000.00 (est.) Management & Administration of the NLRB Childcare Tuition Assistance Program12Months$________$________ Contract Total $ ________________________ The subsidy allotment amounts listed above are estimates. The Government may change the exact allotment funding throughout the life of the contract. Funding levels will be adjusted via contract modification. DELIVERABLES The vendor shall submit quarterly invoices to the NLRB Finance Branch and the Project Officer, as follows: DeliverablesDates Required Quarterly InvoicesOctober 1, 2008 January 1, 2009 April 1, 2009 July 1, 2009 CONFIDENTIALITY The Contractor must hold inviolate and in the strictest confidence any and all information of an official character which may be acquired in the performance of this agreement. EVALUATION CRITERIA •The contractor shall possess a minimum of 5 years of experience administering child care subsidy programs for the Federal Government. PROPOSAL EVALUATION The Government intends to award a contract resulting from this solicitation to the responsible offeror whose proposal represents the best value after evaluation in accordance with the factors and subfactors in the solicitation. In addition to price, when determining best value, the NLRB will consider the proposed approach to administering the NLRB’s Child Care Subsidy Program, with appropriate consideration given to the following three evaluation factors: •Factor 1. Technical •Factor 2. Past Performance •Factor 3. Price. The relative importance of the factors, is that, the technical factor is significantly more important than the past performance factor, which is slightly more important than the price factor. The non-price factors combined are significantly more important than the price factor. To receive consideration for award, a rating of no less than “Acceptable” must be achieved for all the factors. Offerors are to be cautioned that the award may not necessarily be made to the offeror with lowest cost. The Government reserves the right to evaluate proposals and make award without conducting discussions, but reserves the right to conduct discussions with one or more Offerors and request revised proposals. Technical Factor Approach - This factor will be evaluated based on the extent to which the Offeror concisely and accurately discusses the nature of the services being requested. a. Technical Excellence – The degree in which the Offeror understands the technical requirements of the proposed contract and the technical approach for accomplishing the work in the SOW for a Federal Agency. Technical proposals shall not simply rephrase or restate the Government’s requirements, but rather, shall provide convincing rationale to demonstrate proficiency in all general task areas. Past Performance Factor- Past Performance shall be evaluated on a measure of the Government’s confidence in the Offerors ability to successfully perform and meet the objective, based on relevant contracts (with Federal agencies) the Offeror has undertaken within the last 5 years of similar size, scope and complexity to the requirements of this solicitation. No more than five (5) past performance references shall be submitted. The following will be evaluated: 1. Quality of Product or Service – The degree to which the Offeror can show the ability to meet all requirements listed in the SOW for a federally managed Child Care Tuition Assistance Program. 2. Timeliness of Performance – The degree to which the Offeror meets established schedules or milestones. 3. Cost Control – The degree to which the Offeror completes requirements within the established cost estimate. 4. Business Relations – The degree to which the Offeror has the ability to maintain a professional working relationship with government staff, be up-front with controversial issues even if they are viewed negatively, and maintain a high degree of honesty and integrity. In the case of a contractor without a record of relevant past performance or for whom information on past performance is not available, the Contractor will not be evaluated favorably or unfavorably on past performance. Price This factor will be evaluated based on competition, and information supplied in each proposal. In accordance with FAR 52.217-5, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government may determine that an offer is unacceptable if the proposed line items or bottom line price is significantly unbalanced or unjustified. The determination of Best Value will be made by comparing the differences in the value of the non-pricing factors with the differences in the discounted prices proposed. In making this comparison, the Government is more concerned with obtaining superior technical performance than in lowest overall price. However, the Government will not make an award at a significantly higher overall price to the Government to achieve only a slightly superior technical performance. Overall price may be more significant as proposals are determined to be equal based on other non price factors. After addressing the requirements in this solicitation, the Offeror may submit alternative solutions to the items requested in the price schedule in Attachment II and the Government may consider them. Offerors shall submit a cost breakout that at a minimum, justifies the cost identified by labor category (including wages, overhead, general and administrative expenses, and profit) and number of hours used to calculate the monthly rate. APLICABLE PROVISIONS: The following clause are incorporated by reference and can be read in there entirety at www.arnet.gov 52.212-1Instructions to Offerors—Commercial Items (June 2008) 52.212-2Evaluation-Commercial Items (Jan 1999) 52.212-3Offeror Representations and Certifications--Commercial Items (June 2008) 52.212-4Contract Terms and Conditions—Commercial Items (Feb 2007) 52.217-5Evaluation of Options (July 1990) 52.245-1 Government Property. (June 2007) 52.245-9Use and Charges. (June 2007) 52.232-18Availability of Funds (April 1984) 52.237-3Continuity of Services (Jan 1991) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JUNE 2008) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4) [Reserved] __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (SEPT 2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (12) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-26, Small Disadvantaged Business Participation Program—Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). _X_ (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (17) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). __ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). X (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). __ (ii) Alternate I (Aug 2007) of 52.222-50. __ (25)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (26) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (27)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. _X_ (28) 52.225-1, Buy American Act—Supplies (June 2003) (41 U.S.C. 10a-10d). __ (29)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (30) 52.225-5, Trade Agreements (NOV 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (31) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (32) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (33) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (34) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (35) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (36) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (37) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). X (38) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). _X_ (39) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (40)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] X (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services—Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (7) 52.237-11, Accepting and Dispensing of $1 Coin (Aug 2007) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (x) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Alternate I (Feb 2000). As prescribed in 12.301(b)(4), delete paragraph (d) from the basic clause, redesignate paragraph (e) as paragraph (d), and revise the reference to “paragraphs (a), (b), (c), or (d) of this clause” in the redesignated paragraph (d) to read “paragraphs (a), (b), and (c) of this clause.” OPTION CLAUSES 52.217-8 Option to Extend Services. As prescribed in 17.208(f), insert a clause substantially the same as the following: OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) 52.217-9 Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed one (1) year. (End of clause) 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information. As prescribed in 32.1110(c), insert the following clause: DESIGNATION OF OFFICE FOR GOVERNMENT RECEIPT OF ELECTRONIC FUNDS TRANSFER INFORMATION (MAY 1999) (a) As provided in paragraph (b) of the clause at 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration, the Government has designated the office cited in paragraph (c) of this clause as the office to receive the Contractor’s electronic funds transfer (EFT) information, in lieu of the payment office of this contract. (b) The Contractor shall send all EFT information, and any changes to EFT information to the office designated in paragraph (c) of this clause. The Contractor shall not send EFT information to the payment office, or any other office than that designated in paragraph (c). The Government need not use any EFT information sent to any office other than that designated in paragraph (c). (c) Designated Office: Name: DOI National Business Center ____________________________________ Mailing Address: 7301 West Mansfield Avenue Denver, CO 80235-2230 ____________________________________ Telephone Number: ____________________________________ Person to Contact: ____________________________________ Electronic Address: Nlrb_payments_nbcdenver@nbc.gov 52.237-3 Continuity of Services. CONTINUITY OF SERVICES (JAN 1991) (a) The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue them. The Contractor agrees to— (1) Furnish phase-in training; and (2) Exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. (b) The Contractor shall, upon the Contracting Officer’s written notice, (1) furnish phase-in, phase-out services for up to 90 days after this contract expires and (2) negotiate in good faith a plan with a successor to determine the nature and extent of phase-in, phase-out services required. The plan shall specify a training program and a date for transferring responsibilities for each division of work described in the plan, and shall be subject to the Contracting Officer’s approval. The Contractor shall provide sufficient experienced personnel during the phase-in, phase-out period to ensure that the services called for by this contract are maintained at the required level of proficiency. (c) The Contractor shall allow as many personnel as practicable to remain on the job to help the successor maintain the continuity and consistency of the services required by this contract. The Contractor also shall disclose necessary personnel records and allow the successor to conduct on-site interviews with these employees. If selected employees are agreeable to the change, the Contractor shall release them at a mutually agreeable date and negotiate transfer of their earned fringe benefits to the successor. (d) The Contractor shall be reimbursed for all reasonable phase-in, phase-out costs (i.e., costs incurred within the agreed period after contract expiration that result from phase-in, phase-out operations) and a fee (profit) not to exceed a pro rata portion of the fee (profit) under this contract. (End of clause) The Offeror shall submit separate technical and cost proposals that will sufficiently address the Statement of Work (SOW). Proposals are due by 3:30 pm EDT on Wednesday, September 23, 2008; via email to Ebony.Fultz@NLRB.gov. QUESTIONS: All questions shall be submitted via email, with the subject of the email referencing the solicitation number, by 12:00 noon EST on Friday, September 19, 2008 to Ebony.Fultz@NLRB.gov. Once the deadline has passed, questions will be consolidated and answered and posted as an amendment. No telephone questions will be accepted or answered. All contractors doing business with the Federal Government shall be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4e164c7f5bfbe4316778698fe989c208&tab=core&_cview=1)
 
Document(s)
Supporting Documentation
 
File Name: Article 36 (ARTICLE36Child Care Subsidies2008 lfb (2).doc)
Link: https://www.fbo.gov//utils/view?id=dac9766850f8fb3f7e8f7c813efc4633
Bytes: 39.00 Kb
 
File Name: Solicitation (Child Care Solicitation.doc)
Link: https://www.fbo.gov//utils/view?id=d45f9f959bc0d5cefc716b04b60266be
Bytes: 183.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: National Labor Relations Board, 1099 14th Street, N.W., Washington, District of Columbia, 20570, United States
Zip Code: 20570
 
Record
SN01673606-W 20080919/080917221655-4e164c7f5bfbe4316778698fe989c208 (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.