Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

R -- PART-TIME FAMILY ADVOCACY PROGRAM ASSISTANT - ATTACHMENTS TO SOLICITATION

Notice Date
8/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-10-Q-0155
 
Point of Contact
DANIEL L HERRING, Phone: 717-770-6030
 
E-Mail Address
daniel.herring@dla.mil
(daniel.herring@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
WAGE DETERMINATION FOR RFQ SP330010Q0155 PERFORMANCE WORK STATEMENT/STATEMENT OF WORK FOR RFQ SP330010Q0155 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of the Federal Acquisition Regulation (FAR), 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. This solicitation is issued as a Request for Quote (RFQ) and the solicitation number is SP3300-10-Q-0155. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-43 effective 02 Aug 2010 (includes 2005-44, 08 Jul 2010); Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20100713 edition; and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2010-27, 28, 30 & 36. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This solicitation is 100% Set Aside for Small Business; the NAICS Code for this procurement is 624190. The size standard for this NAICS Code is $7,000,000.00. The Family Advocacy Program (FAP) at DLA Distribution Susquehanna, located in New Cumberland, PA, provides prevention, education, and direct services to address the problems associated with family violence and sexual assault in the military. The FAP has a requirement for a contractor to provide a Part-Time Family Advocacy Program Assistant to support the Family Advocacy Program Manager (FAPM) on a part-time basis (approximately 20 hours per week) in all areas of operation as defined in the Performance Work Statement (Statement of Work) attached to this solicitation. This requirement consists of a Base Year and Two (2) Option Years, with estimated Periods of Performance as follows: Base Year – CLIN 0001 – from 09/01/10 to 08/31/11 Option Year 1 – CLIN 1001 – from 09/01/11 to 08/31/12 Option Year 2 – CLIN 2001 – from 09/01/12 to 08/31/13 Offerors are requested to quote monthly rates (firm fixed prices) for the Base Year (CLIN 0001); Option Year 1 (CLIN 1001); and Option Year 2 (CLIN 2001) to provide assistance to the Family Advocacy Program Manager (FAPM) in accordance with the Performance Work Statement (Statement of Work) attached to this solicitation. In addition, offerors are requested to quote weekly and daily rates (firm fixed prices) for the Base Year (CLIN 0001): Option Year 1 (CLIN 1001): and Option Year 2 (CLIN 2001). NOTE: these rates will be incorporated into the resulting contract for scheduled absences only, in accordance with paragraph 1.1.2.2 of the SOW; evaluation for award will be based on monthly rates only. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. Contractors must be capable of accepting payment by either electronic funds transfer or government credit card for this procurement. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. Service Contract Act Wage Determination No. 2005-2455 Revision No. 10 dated 06/15/2010 applies to this acquisition. The following FAR, DFARS and DLAD clauses and provisions apply to this acquisition: FAR 52.212-1 – INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS (JUN 2008) Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers, (h) multiple awards, and (i) availability of requirements documents cited in the solicitation. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an “Agency Level Protest under Executive Order No. 12979.” (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer’s decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS–Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number. (2) Solicitation number. (3) Unit Price and extended prices for all CLIN(S). (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code. (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation). (6) College transcripts/certificates, resumes, and past performance references (1-3) as described below under FAR 13.106-2 Evaluation of Quotations or Offers that clearly indicate that the offeror meets the minimum technical requirements of the Government as contained in the attached Performance Work Statement (Statement of Work). 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13.106-2 Evaluation of Quotations or Offers: The Government intends to award one purchase order as a result of this Request for Quote. Award will be based on the total overall lowest price (using monthly rates only) quoted for the Base Year and Option Years 1 and 2 which meets the technical acceptability standards. The following criteria shall be used to establish technical acceptability: (1) Submittal of evidence (college transcripts, certificates) that the offeror has a Masters Degree from a certified School of Social Work Education accredited school. Substitute or related degrees will be considered. (2) Submittal of a resume demonstrating that the offeror has: (a) a minimum of three years experience working with victims of domestic violence or in the Family Advocacy Program; (b) a working knowledge of family violence dynamics, local community resources, and federal and state laws pertaining to sexual assault, domestic violence, and family law; (c) the ability to work effectively with individuals and families from diverse racial, ethnic, and socioeconomic backgrounds; (d) the ability to perform in crisis situations using sound professional judgment, ethical practice, and common sense; (e) the ability to work cooperatively with military and civilian medical, social service, law enforcement, and legal personnel on behalf of victims; (f) proficient oral and written communication skills, keyboarding skills and familiarity with Microsoft Office products; (g) the ability to communicate effectively with all levels of command; and (h) a valid, unrestricted motor vehicle license and be physically able to perform all contractual duties. (3) Submittal of (1-3) past performance references to verify that the offeror possesses the skills and knowledge required for this position. FAR 52.212-4 Contract Terms and Conditions–Commercial Items (JUN 2010) Addenda to 52.212-4; the following clauses apply: FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.217-8 Option to Extend Services (NOV 1999) Fill-in for clause: 60 days FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) Fill-ins for clause: in paragraph (a), 30 days and 60 days; in paragraph (c), three (3) years and six (6) months. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items (JUL 2010). In paragraph (b) the following clauses apply: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) FAR 52.219-6 Notice of Total Small Business Set Aside (JUN 2003) FAR 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor–Cooperation with Authorities and Remedies (JUL 2010) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) FAR 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (OCT 2003) FAR 52.232-36 Payment by Third Party (FEB 2010) In paragraph (c) the following clauses apply: FAR 52.222-41 Service Contract Act of 1965 (NOV 2007) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) This statement is for Information Only, it is not a Wage Determination Employee ClassMonetary Wage-Fringe Benefits Family Readiness & Support Services Coordinator – GS-07$20.22 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010). The following additional clauses/provisions apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) Offerors responding to this announcement shall submit their quotations via FAX to Dan Herring, 717-770-7591 or e-mail to daniel.herring@dla.mil. All quotes must be received by AUGUST 18, 2010 AT 4:00 PM EDT to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-10-Q-0155/listing.html)
 
Place of Performance
Address: DLA DISTRIBUTION SUSQUEHANNA, NEW CUMBERLAND, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN02227099-W 20100805/100803235605-672eaf6e08fc3396336d2089db4701ab (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.