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 -- FAMILY SERVICE COORDINATOR

Notice Date
8/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F2P3V40181A002
 
Archive Date
9/2/2010
 
Point of Contact
Hazel N Long, Phone: 44 1638 52 2275, Shannon Brown, Phone: 441638522085
 
E-Mail Address
hazel.long@lakenheath.af.mil, shannon.brown@lakenheath.af.mil
(hazel.long@lakenheath.af.mil, shannon.brown@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation RFQ - Family Service Coordinator - RAF Lakenheath Requesting Agency: 48 Force Support Squadron 48 FSS/FSFR RAF Lakenheath, Brandon, Suffolk, IP27 9PN, United Kingdom Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, IP27 9PN, United Kingdom This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 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. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F2P3V40181A002. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 611710, Educational support services. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42, effective 16 July, 2010. Potential bidders are to quote for the services outlined in the Performance Work Statement (PWS), which is included as an attachment to this solicitation: o Quote shall include a unit and total price, prices shall be all inclusive (i.e. all material, transportation, labour, etc.) for the following items: • CLIN 0001 - Family Service Coordinator @ RAF Lakenheath, England (in accordance with the attached PWS), Period of Performance: 1 October 2010 - 30 September 2011. Quantity 1440 Hours, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker_________________ • CLIN 1001 - Family Service Coordinator @ RAF Lakenheath, England (in accordance with the attached PWS), Period of Performance: 1 October 2011 - 30 September 2012. Quantity 1440 Hours, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker_________________ • CLIN 2001 - Family Service Coordinator @ RAF Lakenheath, England (in accordance with the attached PWS), Period of Performance: 1 October 2012 - 30 September 2013. Quantity 1440 Hours, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker_________________ Quotes are due to this office no later than 9:00 a.m. Eastern Standard Time, 18 August 10. Quotes may be faxed to 011-44-(0)1638-52-2189, or sent via e-mail to hazel.long@lakenheath.af.mil Addendum to 52.212-1 Instruction to Vendors; All quotes must include the following information: 1. Company's complete mailing and remittance address 2. Price - Insert unit pricing into each CLIN of this solicitation and based upon respective quantities, compute a total price. 3. Technical Capability and Qualification - Submit a resume demonstrating that personnel performing under the resultant contract possess technical capability and qualifications to meet the requirements (as outlined in paragraph #5 of the Performance Work Statement). 4. Past Performance - Resumes submitted for technical qualification shall provide at least one (1) recent and relevant work related references. Current email addresses and/or telephone numbers shall be provided for references. 5. Discounts for prompt payment- if any 6. CAGE Code, Dunn & Bradstreet number (DUNS), and Taxpayer ID number (if previously obtained) 7. Quotes must be valid for a period of no less than 30 days. 8. Copy of Offeror Representations and Certifications; please see FAR 52.212-3 and its Alt 1, for additional directions. 9. Contractor personnel must have, or be qualified to obtain, a favorable National Agency Clearance (NAC) check in order to obtain a CAC (Common Access Card) card and LAN access. Cost for CAC card will be paid for by Government. <End of Addendum 52.212-1> Evaluation of Quotes: In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided: EVALUATION (a) The Government intends to award a purchase order resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1. Technical capability and/or qualification(s) in meeting the Government's requirement; 2. Past Performance; 3. Price (b) Basis of Award: This is a competitive solicitation for quotations utilizing Best Value procedures in accordance with FAR Parts 12 and 13. The Government will award a contract to the responsible vendor whose quotation (conforming to the solicitation) will be most advantageous (e.g Best Value) to the Government. Therefore, quotations should contain the vendor's best terms from a price, past performance and technical qualification standpoint. The Government reserves the right to conduct trade-offs between technical capability, price, and past performance to determine the quotation that represents overall best value, and is most advantageous to the Government. This best value approach may allow contract award to a higher priced vendor, if a higher level of technical capability, and/or more favorable past performance, is determined to merit additional price. Primary point of contact: Hazel Long, Contract Specialist, TEL: 01638-52-2275 or email: hazel.long@lakenheath.af.mil Alternate point of contact: Shannon Brown, Purchasing Technician, TEL: 01638-52-2085 or email: shannon.brown@lakenheath.af.mil The following clauses and provisions apply to this solicitation and are included either by reference or full text: SEE FOLLOWING PAGE AVAILABILITY OF FUNDS: In accordance with FAR 32.705-1(a) and FAR clause 52.232-18-Availability of Funds, the following is provided: Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract 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 until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) IAW FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), Alternate I (Apr 2002)--The vendor must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Aug 2009). The web site address is https://orca.bpn.gov/. As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic provision: (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(9) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory or the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding. Federal Acquisition Regulations (FAR) Provisions: 52.212-1 Instructions to Offerors - Commercial Items 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions Defense Federal Acquisition Regulations (DFAR) Provisions: 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.233-7001 Choice of Law (Overseas) Federal Acquisitions Regulation (FAR) Clauses: 52.201-1 Definitions 52.203-3 Gratuities 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52-204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.232-33 Payment by Electronic Funds Transfer (EFT) - CCR 52.233-2 Service of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.242-13 Bankruptcy 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms Defense Federal Acquisition Regulations (DFAR) Clauses: 252.204-7004 Alternate A (Required Central Contractor Registration) 252.204-7006 Billing Instructions 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 252.255-7041 Correspondence in English 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7001 Tax Relief 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief of Import Duty (United Kingdom) 252.232-7003 Electronic Submission of Payment Requests 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) Air Force Federal Acquisition Regulations (AFFAR): 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.225-9004 Submission of Offers in Other than United States Currency 5352.242-9000 Contractor Access to Air Force Installations 5352.242-9001 Common Access Cards for Contractor Personnel The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. PERFORMANCE WORK STATEMENT (PWS) FOR FAMILY SERVICES COORDINATOR POSITION 1. PURPOSE: The contractor shall maintain the position of Family Services Coordinator at RAF Lakenheath, United Kingdom for the period of 1 October 2010 through 30 September 2011, with option to continue for two more one year periods. The contractor is hereby required to provide service in accordance with this PWS. 2. DESCRIPTION: Programs: The contractor is responsible for the following programs, available to employees of RAF Lakenheath / tenant units to include military, civilian, dependents, reservists and retirees: a. Loan Locker: Household loan items to be provided to personnel for temporary use during Permanent Change of Station and Temporary Duty. b. Layettes: Provide layettes to RAF Lakenheath families with newborns. Be liaison between volunteer knitters and Airman and Family Readiness Center (A&FRC) for supplies and picking up of items. c. Volunteers: Recruit and train volunteers for Family Services' programs. d. Videos: Maintain the AF bases video program and ensure videos are checked out and returned in a timely manner (no more than seven calendar days). 3. RESPONSIBILITIES: a. The contractor shall complete reports of accountability on programs, give briefings/status as requested, ensure programs meet AFI 36-3009 and USAFE guidelines, establish/recommend changes, and manage personnel data associated with programs. b. Recommend and/or implement viable changes to the overall program to meet the needs of the military, civilians and their family members in the RAF Lakenheath area. c. Develop and update Operating Instructions (OI)'s, annual goals, and objectives to be included in the Airman & Family Readiness Center's annual program plan. d. Monitor effectiveness of the Family Services Program according to Air Force and HQ USAFE guidance. Identify problem areas and create solutions to resolve customer problems. e. Customer Service Surveys shall be compiled monthly. Encourage customer feedback from clients of the Airman & Family Readiness Center. Feedback will be used for developing better programs and services relevant to the needs of personnel. f. Maintain files: • Family Services' Volunteer files ensuring hours are recorded. • Provide a list of all volunteers to the Volunteer Program Manager monthly. • Client Files: Establish and closeout files as often as necessary. • Office files: update continuity folders, reports, publicity, correspondence and staff summary sheets as needed. g. Maintain and update computerized documents and database for inventory, client information, statistical data, volunteer records and patron usage. h. Coordinate with the Volunteer Program Manager to: • Screen, interview, select, train and supervise a varying number of volunteers to support the loan locker and layette program at RAF Lakenheath. i. Assist all walk-in clients with completing necessary paperwork to check out items from the loan locker. Ensure all items are returned in accordance with the Loan Locker guidelines. j. Manage the stock for, and assembly of, layettes and household loaner kits. k. Coordinate the issue and turn-in of family services' linen maintained through Linen Exchange facility. 4. REPORTS: a. Combine information from maintained records into A&FRC Family Integrated Results and Statistical Tracking (AFFIRST) system. Ensure all details are entered to document program trends, usage and accomplishments. Data must be entered as soon as possible after completion but no later than the last day of each month. b. Responsible for files and records security and providing all report information as required. The contractor will maintain records and provide monthly reports to the A&FRC Chief or Superintendent. Status reports will contain the following information: • Number of clients • Client time period use, i.e., numbers between 1000 - 1200 etc. • Number of household kits given out • Number of layettes given out • Amount of Linen items given out • Number and hours of volunteers enrolled during the month. 5. QUALIFICATIONS: a. Have a minimum of one year's experience within an Airman and Family Readiness Center or similar type agency and have knowledge of the recruitment, training and tracking of volunteers, administrative procedures and customer service skills. b. Be familiar with Airman and Family Readiness Center's Programs to include Relocation Assistance, Transition Assistance Program, Personal Financial Management Program, Career Focus Program, Information and Referral, Family Life Education, Volunteer Coordination, Family Readiness and Air Force Aid Society. c. Be able to operate a computer and utilize software such as Word, Access, and Excel. (Note: Contractor will be granted base LAN access in accordance with the criteria required by 48 CS.) d. Contractor personnel must have, or be qualified to obtain, a favorable National Agency Clearance (NAC) check in order to obtain a CAC (Common Access Card) card and LAN access. Cost for CAC card will be paid for by Government. 6. GOVERNMENT FURNISHED PROPERTY: Prior to contract start, an inventory will be conducted of all Government furnished property by the equipment custodian, 48 FSS/FSFR. Facilities, equipment, supplies of a general nature, and support services necessary for operating the Family Services function will be the responsibility of the Airman & Family Readiness Center. Primary source of support will be 48 FSS unless otherwise specified. Support includes: a. Office space will be provided at the RAF Lakenheath Airman & Family Readiness Center or a suitable 48 FSS facility for the performance of contractual duties. (Note: Space provided will be in accordance with applicable AF regulations, space availability and will be for official use only). b. Sufficient access to a telephone, FAX machine, copier, computer, and printer will be provided for official use only. A telephone log will be maintained for all long distance calls by date, time, party called and purpose of call. c. Office supplies, forms, publications, and reference materials from Government sources directly related to the Family Services and Volunteer Programs. d. Supplemental reference materials and training aids from commercial sources, as needed. Such material will directly relate to the Family Services and Volunteer Programs. Purchases of such material will be in accordance with applicable AF regulations and subject to budgetary constraints. e. Access to copy machines and base reproduction facilities (DAPS) through the 48MSS/DPF administration for reproduction of material directly related to the Family Services and Volunteer Programs. Contractor will comply with applicable policies/regulations concerning the quantities and types of material reproduced. 7. HOURS OF OPERATION: Monday thru Friday, 1000-1600, with a 30-minute lunch break. The contractor is not required to work more than 6 hours per day, 30 hours per week and will not work on US Federal holidays or USAFE Family Days. Work hours may be changed only after coordination with the A&FRC Chief and/or Superintendent and all parties agree with the change. The contractor will not be paid for US Federal holidays or USAFE Family Days. Overtime or compensatory time off is not allowed. 8. SUB CONTRACTOR: a. The contractor is allowed to subcontract duties during periods of leave or illness. It is the contractor's responsibility to find and train a suitable subcontractor to replace them. Contractor must coordinate leave with either the A&FRC Chief or Superintendent (or designated representative) at least two weeks before leave is to be taken. When ill or using leave time, the contractor will contact the subcontractor to replace them and will contact the A&FRC Chief or Superintendent (or designated representative) to inform them of the situation. b. Sub contractors must meet or exceed required qualifications and must be able to manage all responsibilities of Family Services Program IAW the PWS. 30 July 2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F2P3V40181A002/listing.html)
 
Place of Performance
Address: RAF Lakenheath, England, United Kingdom
 
Record
SN02227662-W 20100805/100804000109-e22cb3bd26dad808ecfc85a92b02be22 (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.