Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOLICITATION NOTICE

G -- Childcare Services Throughout Wisconsin- Multiple BPA's awarded based on location resulting from this solicitation

Notice Date
5/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624110 — Child and Youth Services
 
Contracting Office
USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J210T0011
 
Response Due
5/26/2010
 
Archive Date
7/25/2010
 
Point of Contact
Gary Brown, 608.427.7273
 
E-Mail Address
USPFO for Wisconsin
(gary.daniel.brown@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. 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. In an effort to foster more effective and efficient contracting vehicles to accommodate the increasing requests, the Government intends to award Blanket Purchase Agreements (BPA)s for child care services for (0-5 Year Olds). The BPAs for childcare service will be established throughout the state of Wisconsin. This solicitation is issued as a total Small Business Set-aside IAW FAR 19.1007(b)(1). The North American Industry Classification System (NAICS) code is 624110 and the small business size standard is $7 Million. 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; quotes are being requested and a written solicitation will not be issued. Solicitation number W912J210T0011 is issued as a request for quotation (RFQ). Provisions and clauses contained in this solicitation are those in effect through Federal Acquisition Circular 2005-38 The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to provide contracted services as set forth below in the attached Statement of Work Statement. The Government will consider offers from responsible contractors whose offer; conform to the solicitation as best value to the Government. The Best Value evaluation will be based on price and past performance consistent with the Government's stated importance of evaluation criteria. The following factors shall be used to evaluate offers: price, compliance with the solicitation requirements, and past performance. Interested contractors shall send past performance questionnaires to at least 3 parties with whom theyve done business with in the past 3 years and request them to forward completed questionnaires directly to the Governments point of contact listed below no later than May 26, 2010 at 11:00 am local time. Each intended Blanket Purchase Agreement is for a base year with four option years. BASE Year CLIN 0001- Child Care Services (0-5 Year Olds) In accordance with Statement of Work, the ratio for child care providers is: *Infants (0-2) 1:3, *Two-Year-Olds- Two and Half year olds 1:6 *Two and a Half-Year-Olds to Three-Year-Olds 1:8 *Three-Year-Olds 1:10 * Four-Year-Olds 1:13*Five-Year-Olds 1:18. Contractor will charge for actual numbers of attended children. CLIN 0001A Hourly Onsite Child Care Services Per Caregiver $___________ CLIN 0001B Hourly travel rate per caregiver $ ____________ CLIN 0001C Prepackaged commercial snacks, crafts and drinks per child over the age of one year. ____________ CLIN 0001D Travel Expenditures Lodging ____________ per night (double occupancy) CLIN 0001E Travel Expenditures Mileage ____________ per mile CLIN 1001- Option Year One Child Care Services (0-5 Year Olds) In accordance with Statement of Work, the ratio for child care providers is: *Infants (0-2) 1:3, *Two-Year-Olds- Two and Half year olds 1:6 *Two and a Half-Year-Olds to Three-Year-Olds 1:8 *Three-Year-Olds 1:10 * Four-Year-Olds 1:13*Five-Year-Olds 1:18. Contractor will charge for actual numbers of attended children. CLIN 1001A Hourly Onsite Child Care Services Per Caregiver $___________ CLIN 1001B Hourly travel rate per caregiver $ ____________ CLIN 1001C Prepackaged commercial snacks, crafts and drinks per child over the age of one year. ____________ CLIN 1001D Travel Expenditures Lodging ____________ per night (double occupancy) CLIN 1001E Travel Expenditures Mileage ____________ per mile CLIN 2001- Option Year Two Child Care Services (0-5 Year Olds) In accordance with Statement of Work, the ratio for child care providers is: *Infants (0-2) 1:3, *Two-Year-Olds- Two and Half year olds 1:6 *Two and a Half-Year-Olds to Three-Year-Olds 1:8 *Three-Year-Olds 1:10 * Four-Year-Olds 1:13*Five-Year-Olds 1:18. Contractor will charge for actual numbers of attended children. CLIN 2001A Hourly Onsite Child Care Services Per Caregiver $___________ CLIN 2001B Hourly travel rate per caregiver $ ____________ CLIN 2001C Prepackaged commercial snacks, crafts and drinks per child over the age of one year. ____________ CLIN 2001D Travel Expenditures Lodging ____________ per night (double occupancy) CLIN 2001E Travel Expenditures Mileage ____________ per mile CLIN 3001- Option Year Three Child Care Services (0-5 Year Olds) In accordance with Statement of Work, the ratio for child care providers is: *Infants (0-2) 1:3, *Two-Year-Olds- Two and Half year olds 1:6 *Two and a Half-Year-Olds to Three-Year-Olds 1:8 *Three-Year-Olds 1:10 * Four-Year-Olds 1:13*Five-Year-Olds 1:18. Contractor will charge for actual numbers of attended children. CLIN 3001A Hourly Onsite Child Care Services Per Caregiver $___________ CLIN 3001B Hourly travel rate per caregiver $ ____________ CLIN 3001C Prepackaged commercial snacks, crafts and drinks per child over the age of one year. ____________ CLIN 3001D Travel Expenditures Lodging ____________ per night (double occupancy) CLIN 3001E Travel Expenditures Mileage ____________ per mile CLIN 4001- Option Year Four Child Care Services (0-5 Year Olds) In accordance with Statement of Work, the ratio for child care providers is: *Infants (0-2) 1:3, *Two-Year-Olds- Two and Half year olds 1:6 *Two and a Half-Year-Olds to Three-Year-Olds 1:8 *Three-Year-Olds 1:10 * Four-Year-Olds 1:13*Five-Year-Olds 1:18. Contractor will charge for actual numbers of attended children. CLIN 4001A Hourly Onsite Child Care Services Per Caregiver $___________ CLIN 4001B Hourly travel rate per caregiver $ ____________ CLIN 4001C Prepackaged commercial snacks, crafts and drinks per child over the age of one year. ____________ CLIN 4001D Travel Expenditures Lodging ____________ per night (double occupancy) CLIN 4001E Travel Expenditures Mileage ____________ per mile The Wage Determination No.: 2005-2023 Revision No.: 10 Date Of Revision: 05/26/2009 Available at: http://www.wdol.gov/sca.aspx#0 and ensure they are in compliance with the local determined rate. Clauses and provisions are available in full text at: http://farsite.hill.af.mil. The following clauses and provisions in their latest editions apply to this solicitation: FAR 52.212-1 Instructions to Offerors Commercial Items, 52.204-7 Central Contractor Registration,52.204-9 Personal Identity Verification of Contractor Personnel,52.212-1, Instructions to Offerors Commercial Items, 52.212-3 ALT I Offeror Representations and Certifications Commercial Items, 52.212-4 Contract Terms and Conditions Commercial Items, 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.219-6 Notice of Small Business Set-Aside, 52.219-28 Post-Award Small Business Program Representation, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-50 Combating Trafficking in Persons, 52.232-33Payment by Electronic Funds Transfer-Central Contractor Registration l Contractor Registration, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 252.201-7000 Contracting Officers Representative, 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7004 Alternate A, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010Levies on Contract Payments, 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-36 Affirmative Action for Workers with Disabilities, 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil All written questions pertaining to this requirement and are due by May 19 2010 11:00 am CST. Offers are due on May 26, 2010 at 11:00 am local time. All prospective offerors interested in submitting a quote must be registered with the Central Contractor Registration (CCR) @ https://www.ccr.dlis.dla.mil prior to contract award. Interested parties should submit their quotes (as outlined in the Statement of Work), company's name, and mailing address, point of contact, phone number, and e-mail to Gary Brown at gary.daniel.brown@us.army.mil or by mail at USPFO for Wisconsin 1 Williams Street Camp Douglas, WI 54618 Attn: Gary Brown
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J210T0011/listing.html)
 
Place of Performance
Address: USPFO for Wisconsin 1 Williams Street, Camp Douglas WI
Zip Code: 54618-5002
 
Record
SN02146644-W 20100513/100511235255-e1c38f70148a5a78d1315802b0d675eb (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.