Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOLICITATION NOTICE

R -- ADMINISTRATION OF CHILD CARE BENEFITS - CNSHQ-10-T-0009

Notice Date
3/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624410 — Child Day Care Services
 
Contracting Office
Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
 
ZIP Code
20525
 
Solicitation Number
CNSHQ-10-T-0009
 
Point of Contact
Cynthia J. Vass-Frye, Phone: 2026066988, Marilyne A. Brooks, Phone: 202-606-6981
 
E-Mail Address
cvassfrye@cns.gov, mbrooks@cns.gov
(cvassfrye@cns.gov, mbrooks@cns.gov)
 
Small Business Set-Aside
N/A
 
Description
ATTACHMENT #3 - ADMINISTRATION OF CHILD CARE BENEFITS PRICE SHEET ATTACHMENT #2 CNCS CHILD CARE POLICY FOR ELIGIBILITY ATTACHMENT #1 - MEMBER APPLICATION STATEMENT OF WORK- CNSHQ-10-T-0009 CHILD CARE - RFP CNSHQ-10-T-0009 COVER PAGE.doc 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. This solicitation is a request for proposal (RFP), reference number CNSHQ-10-T-0009. The RFP document and incorporated provisions and clauses are those in effect through FAC 2005-38 (Correction dated December 10, 2009). This solicitation is synopsized as competitive. NAICS code 624410 applies. CONTRACT TYPE As a result of this solicitation, the Government will award a cost reimbursable type order that will be awarded via Open Market as set forth in the Statement of Work included herein. The award shall be made via the Lowest Cost Technically Acceptable (LCTA). This requirement is unrestricted. The anticipated period of performance for this contract is, a base period of one-year; with four, one-year options for a total contract period including extensions not to exceed five-years and six-months from date of award as indicated on the SF1449, Block 3. ISSUING OFFICE This RFP is issued by the Office of Procurement for the Corporation for National and Community Service, (CNCS) which is the only point of contact for this procurement. Corporation for National Service Office of Procurement Attn: Marilyne A. Brooks, 8403-A 1225 New York Ave., NW Washington, DC 20525 RECEIPT OF PROPOSALS AND LATE SUBMISSIONS Proposals, including modifications, received at the issuing office after the closing date and time specified on the cover page of this solicitation will be considered as late submissions and will be handled accordingly. As used in the referenced FAR provision entitled "Late Submissions, Modifications, and Withdrawals of Proposals", the term mail does not include materials sent by means of express delivery services other than the U.S. Postal Service Express Mail Next Day Service-Post Office to Addressee. Proposals submitted by means of express delivery services other than the U.S. Postal Service Express Mail Next Day Service-Post Office to Addressee will be considered the same as hand-carried submissions. INQUIRIES Inquiries concerning any areas, which, in the offeror's opinion, require clarification or correction, must be submitted in writing to the issuing office no later than March 18, 2010, 12:00PM EST. The Government will issue response via an amendment no later than March 19, 2010. INSPECTION AND ACCEPTANCE The Contracting Officer or the Contracting Officer's Technical Representative, COTR will approve and/or accept all work provided by the Contractor, written or otherwise. Payment will not be made for work deemed unacceptable by the COTR. Evaluation and acceptance shall be performed by the Contracting Officer or the Contracting Officer's Technical Representative (COTR) or other such persons as may be designated in writing by the Contracting Officer. Evaluation and acceptance shall take place at the Corporation for National Service, 1225 New York Ave., N.W., Washington D.C. INVOICING FOR ADMINISTRATIVE FEE AND VOUCHER ADMINISTRATION FEE (FIXED FEE) By the 15 th day of each month the contractor will submit to the COTR a monthly invoice for the administrative services. This invoice may be faxed or sent in pdf format via email. This will be a fixed price per member per month. The current average number of members receiving the child care benefit each month is approximately: VISTA = 225 NCCC = 2 State & National = 500 Escalating fees: Between 2010 and 2015 the Corporation may increase substantially the number of members eligible for the benefit. The number of members is dependent on the appropriation by Congress. The Government may increase/decrease the number of volunteers called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. INVOICING FOR VOUCHER (PASS THROUGH COST) Reimbursement for payments to child care providers Once a month the contractor will submit by email an electronic version of a voucher to the COTR in Excel or.pdf format for those payments made to providers. The contractor is expected to pay the child care provider upon approval by the contractor of the invoice submitted by the provider and then to request reimbursement from the Corporation for those payments. The Corporation will process each voucher within one week of receipt and reimburse the contractor by direct deposit. This voucher will be submitted electronically to cncsinvoices@cns.gov in pdf format and an Excel version of the voucher will be submitted electronically to the COTR. This voucher will include: Member Full Name Member NSPID Member email # of children Child Care provider full name or name of the business Provider address Provider email Provider Ph # Provider Credential # Amount paid Check # This information will be organized by program (State & National, NCCC, VISTA) and then by state. (The bidder should feel free to propose the best way to present this information. The point is to capture all the information relevant to the payment.) CONTRACTING OFFICER'S AUTHORITY A) The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract and, notwithstanding any clause contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. B) In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, including any change beyond the scope of authority given to the duly authorized Contracting Officer's Technical Representative identified in the Contract, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The Contracting Officer has the authority to perform any and all post-award functions in administering and enforcing this contract in accordance with its terms and conditions. 52.252-02 Clauses Incorporated By Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Clause Title Date 52.204-04 Printed or Copied Double-Sided on Recycled Paper. August 2000 52.204-07 Central Contractor Registration October 2003 52.233-04 Applicable Law for Breach of Contract Claim October 2004 52.232-37 Multiple Payment Arrangements May 1999 52.232-36 Payment by Third Party May 1999 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information May 1999 52.239-01 Privacy or Security Safeguards August 1996 52.243-01 CHANGES-FIXED PRICE (AUG1987) - ALTERNATIVE 1 APRIL 1984 (a) The Contracting Officer may at any time, by written order, and without notice to the sureties, if any, make changes within the general scope of this contract in any one or more of the following: (1) Description of services to be performed. (2) Time of performance (i.e., hours of the day, days of the week, etc.). (3) Place of performance of the services. (b) If any such change causes an increase or decrease in the cost of, or the time required for, performance of any part of the work under this contract, whether or not changed by the order, the Contracting Officer shall make an equitable adjustment in the contract price, the delivery schedule, or both, and shall modify the contract. (c) The Contractor must assert its right to an adjustment under this clause within 30 days from the date of receipt of the written order. However, if the Contracting Officer decides that the facts justify it, the Contracting Officer may receive and act upon a proposal submitted before final payment of the contract. (d) If the Contractor's proposal includes the cost of property made obsolete or excess by the change, the Contracting Officer shall have the right to prescribe the manner of the disposition of the property. (e) Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in this clause shall excuse the Contractor from proceeding with the contract as changed. OPTION FOR INCREASED QUANTITY MAR 1989 The Government may increase/decrease the number of volunteers called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. 52.217-7 OPTION FOR INCREASED QUANTITY-SEPARATELY PRICED LINE ITEM MAR 1989 The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 52.217-8 OPTION TO EXTEND SERVICES NOV 1990 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 sixty days of expiration. (End of clause) 52.217-9 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 5 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 five year and six months from date of award. (End of clause) 52.232-19 AVAILABILITY OF FUNDS FOR THE EXT FISCAL YEAR APR 1984 Funds are not presently available for performance under this contract beyond the current fiscal year. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond current fiscal year, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. CONTENT AND FORMAT OF SUBMISSION (1) A quotation submitted in response to this solicitation must be submitted electronically and be comprised of the following Sections: Section 1: Corporate Overview •a. Company's Professional History in relation to Statement of Work •b. Company's Facilities and Staff in relation to Statement of Work Section 2: Company's Technical Qualifications (All below items must be in relation to Statement of Work) •A. Company's Technical Approach in providing services as prescribed within Statement of Work (SOW) and the elements 1 through 21 •1. Experience at administering government programs and managing payments on behalf of the government. •2. Key Staff Resumes •3. A description and explanation of how automation will be used to make it easy for the member and the child care provider to apply online and to provide all necessary documents online. The ideal would be for the member and the provider to be able to submit all required information and documents online; •4. Proposed method of validating member eligibility; •5. How to capture signature, household income, birth certificate for child, and all necessary information. •6. How to capture the information necessary for verifying the child care attendance and invoice from the provider for child care. •7. Plan for communicating with members, CNCS personnel, NCCC campuses & providers the requirements of the program; how will company keep everyone apprised of the status of the application and the need for missing information; •8. Plan for managing incomplete forms; how to get the info & how to let members, sponsors, CNCS personnel, NCCC campuses & providers, & the COTR know that company is pursuing this; •9. Proposed method of validating providers; •10. Proposed method of verifying prevailing rates for child care in all areas of all states and territories; •11. Plan for validating charges by providers; •12. Plan for communicating to providers, members, and the Corporation the maximum amount that will be paid for each member; eligibility (how will company verify that the member remains active); •13. Proposed method of verifying monthly validity of provider invoices & member •14. Plan for communicating regularly with members, state offices, NCCC campuses & providers; •15. Plan for quality control of all areas; •16. Proposed forms to be used to administer program; •17. Proposed quarterly program reports, (who, how much, what provider, what grantee, etc.); •18. Plan for managing denials, how will company communicate a denial to the member. •19. Sample of applications, final to be reviewed and approved before use by CNCS •20. Sample of pamphlets, brochures, etc. - final to be reviewed and approved before use by CNCS (the contractor need only make these available online). •21. Key Staff resumes •B. Company's Overall Technical Capabilities Section 3: Pricing Proposal : 1. Complete Attachment #3 - Pricing Sheet 2. The contractor will include in the proposal a sample training curriculum and sample budget. This sample should assume the following: 1. 30 people in the training class; 2. Instructor(s) fee; 3. all materials included in the price Section 4: Two Past Performance/References Past Performance/References shall be similar in scope, size, and dollar value of this RFQ. Past Performance/References must be submitted for current work being performed or work that has been done within the past two years. Past Performance/References may either be from government or private industry clients. At a minimum, the following shall be provided for Past Performance/References: A. Program office / technical point of contact B. Telephone number C. Duration of contract D. Contract dollar value **Offers that are received without addressing the Section information as prescribed above will be deemed non-responsive and will not receive consideration for award. EVALUATION CRITERIA: The above criteria will be utilized to determine technical acceptability. OFFERS MAY BE SUBMITTED ELECTRONICALLY Electronically submitted proposals shall be sent to the following email address: mbrooks@cns.gov Marilyne Brooks, Contract Specialist **It is the contractor's/offerors responsibility to ensure that electronically submitted proposals are received by the Government by the due date. The due date for the receipt of proposals is Friday, March 26, 2010, 12.00PM Eastern Standard Time. ** (2) Any data previously submitted in response to another solicitation will be assumed unavailable to the Contracting Officer; and this data must not be incorporated into the technical offer by reference. (3) Clarity and completeness of the offer are of the utmost importance. The offer must be written in a practical, clear and concise manner. It must use quantitative terms whenever possible and must avoid qualitative adjectives to the maximum extent possible. (4) Offers must be legible, double spaced (personnel resumes may be single spaced), typewritten (on one side only), in a type size not smaller than 10 point pitch with a one-inch margin on all sides, on paper not larger than eight and a half by eleven inches and not exceeding the page limits established in this solicitation. Pages in excess of the individual limitations shall not be read, and the offer shall be evaluated as if the excess pages did not exist. PAGE RESTRICTIONS Listed below are the page restrictions by sections: Section 1- Corporate Overview shall not exceed five pages Section 2- Company's Technical Qualifications shall not exceed 25 pages excluding supporting documentation. Section 3- Pricing Proposal shall not exceed five pages Section 4- Past Performance References shall not exceed 1 page Items not included within the page restriction count are as follows: Cover pages, Table of Contents, Resumes, Charts, Graphs, glossary of terms, exhibits, drawings, sample formats and items of an illustrative nature. SERVICE OF PROTEST (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Roderick Gaither Corporation for National & Community Service 1201 New York Ave NW (8 th Floor) Washington, DC 20525 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. QUESTIONS PERTAINING TO SOLICITATION (1) All questions shall be addressed to the Contracting Officer at the following email addresses: Marilyne Brooks - mbrooks@cns.gov Cynthia Vass-Frye - Cvassfrye@cns.gov Please send all questions via email. Questions will be taken or answered over the phone or by fax. Please include in the subject line "CNSHQ-10-T-0009 - "Administration of Child Care Benefits". Once questions are compiled, they will be answered and posted on https://www.fbo.gov/ by an issued amendment to the solicitation (2) Questions will be permitted from March 12, 2010, through March 18,2010. Questions submitted after March 18, 2010 12:00 pm Eastern Time shall not be answered. Offeror shall complete the attached Proposal Cover page in its entirety, submit Current ORCA Record or FAR 52.212-3 (Offeror Representations and Certifications -Commercial Items) in its entirety, and submit with proposal. **O fferors that submit proposals without the proposal cover page, ORCA/FAR 52.212-3 will be deemed non-responsive and will not receive consideration for award. The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.arnet.gov/far/ FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this acquisition. FAR 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the price proposal and past performance may render an offeror ineligible for award. FAR 52.212-4 Contract Terms and Conditions-Commercial applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items apply to this acquisition. The following additional FAR clauses are applicable to this requisition: FAR 52.217-8 FAR 52.217-9 FAR 52.222-3 FAR 52.222-19 FAR 52.222-21 FAR 52.222-26 FAR 52.222-36 FAR 51.232-33 FAR 52.222-53 Security and Privacy The Contractor will ensure that services and products provided under a contract resulting from this solicitation shall comply with the Corporation's information security program and privacy program policies, and Contractor Security Requirements available at: http://www.nationalservice.gov/pdf/infosec_contract_clauses.pdf. The Contractor will also ensure that all Corporation security policies and guidance are followed to protect Corporation assets and data from unauthorized disclosure, damage, theft or loss. The Contractor will immediately report any condition that may indicate a breach of these policies and procedures to the COTR. Failure to adhere to Corporation security policies may result in adverse contractual actions, including but not limited to withholding of payments up to termination of this open market procurement. FISMA Provision FISMA Provision: All services provided by the contractor under this agreement will be in accordance with the applicable information technology security requirements as outlined in the Federal Information Security Management Act (44 U.S.C. 3544), OMB's implementing policies including Appendix III of OMB Circular A-130, and guidance and standards from the Department of Commerce's National Institute of Standards and Technology. "As a federal agency, the Corporation for National and Community Service (CNCS) is subject to and complies with the security requirements of the Federal Information Security and Management Act (FISMA). The Contractor shall ensure that services and products provided under this contract shall comply with the Corporation's information security program and privacy program policies, and Contractor Security Requirements available at http://www.nationalservice.gov/home/security_and_privacy_policy/index.asp."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ-10-T-0009/listing.html)
 
Record
SN02090780-W 20100314/100312235213-c5f00d2d68874fa9f968d028dfb763b7 (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.