Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

R -- Provide Family Assistance Center contract employees for the Kentucky National Guard

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192
 
ZIP Code
40601-6192
 
Solicitation Number
W900D1-9224-0101
 
Response Due
9/24/2009
 
Archive Date
11/23/2009
 
Point of Contact
Diane Hutchinson, 502-607-1390
 
E-Mail Address
USPFO for Kentucky
(Diane.Hutchinson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. RFP# W900D1-9224-0101 is being issued as a request for proposal. The Kentucky National Guard is soliciting for a company to provide the following: 1 Full-Time Family Assistance Center (FAC) Coordinator, 4 Full-Time FAC Specialists, 5 Part-Time FAC Specialists. This procurement is unrestricted with applicable NAICS code of 561320. Prior to submitting your proposal, ensure your Central Contractor Registration reflects the applicable NAICS code in your record. This will be verified prior to award. This requirement will be awarded based on price and technical, with those two factors being equal. The Kentucky National Guard requires the following salaries: FAC Coordinator - $22.32, FAC Specialist full-time - $19.96 and FAC Specialist part-time - $18.91 per hour. The Contractor will need to provide the following benefits: health insurance (company paying 60% of cost), 401(k) with a 3% match, 10 paid vacation days per year, 10 paid sick leave days per year,10 paid holidays per year and $50,000 of paid life insurance. The government will provide funds for travel related expenses that will be reimbursed as incurred. If no travel is incurred, no payment will be made to the contractor. These funds do not need to be included in your proposed billable hours rate, but will be reflected on the contract. The contract period of performance will be 1 October 2009 through 30 September 2010, with four option years. This is a previously awarded requirement and incumbents are currently serving in the positions. The Government will furnish all standard office equipment required to perform the job. The full-time position billable hour rate proposed should be based on 1920 hours per year and the part-time positions based on 1440 hours for each position per year. Nothing in this contract is to be construed as performance of inherently governmental functions. In the case of any question or conflict in either of these subjects, the Contractor shall notify the Contracting Officer in writing, with details describing the concern or conflict. The contractor shall provide each employee an identification (ID) badge on contract start date or on employment start date. The ID badge shall be made of non-metallic material. The badge shall be easily readable and include employee's name, contractor's name, functional area of assignment, security clearance if applicable, and color photograph. Display of ID Badges: Contractor personnel shall wear the ID badge at all time when performing work under this contract to include attending Government meetings and conferences. Unless specified in the contract, each contractor employee shall wear the ID badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit such placement. Answering Telephones: Contractor personnel shall identify themselves as contractor employees when answering Government telephones. Utilizing Electronic Mail: When contractor personnel send e-mail messages to Government personnel while performing on this contract, the contractor's e-mail address shall include the company name together with the person's name. (b) When it is necessary for contractor personnel to have a user address on a Government computer, the Government shall ensure that person's e-mail address includes the name of their company. Your proposal should provide your proposed billable hourly rate with a breakout shown of the associated costs that reflect that total to include overhead and profit. Also include a proposed escalation factor as a percentage for the option years and the option year prices. Your proposal should include your DUNS number, CAGE code and Federal Tax ID number. Clearly mark all correspondence with the RFP # of W900D1-9224-0101. Provide three references including a point of contact and phone number, for similar contracts performed within the last five years that demonstrate relevant past performance. References will be evaluated as part of the technical factor. Proposals are due by 4:00 p.m. EST, 09/24/09 and can be emailed to diane.hutchinson@us.army.mil or mailed to her attention at USPFO for Kentucky, Boone National Guard Center,120 Minuteman Parkway, Frankfort, KY 40601-6192 ****** ADDRESS ALL QUESTIONS REGARDING THIS SOLICITATION VIA' EMAIL ONLY TO diane.hutchinson@us.army.mil ******** The contractor personnel will perform the duties outlined in the statement of work as found in the link at additional documentation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA15/W900D1-9224-0101/listing.html)
 
Place of Performance
Address: USPFO for Kentucky Boone National Guard Center, Building 120, 120 Minuteman Parkway Frankfort KY
Zip Code: 40601-6192
 
Record
SN01957949-W 20090918/090917001557-7c0d82db12201dcee85d068620d0ba75 (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.