Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOLICITATION NOTICE

R -- Childcare Provider - Utah Area

Notice Date
3/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624410 — Child Day Care Services
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W90M8L03270100
 
Response Due
4/1/2011
 
Archive Date
5/31/2011
 
Point of Contact
Jennifer Shaw, 801-432-4330
 
E-Mail Address
USPFO for Utah
(jennifer.shaw5@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. 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; quotes are being requested and a written solicitation will not be issued. Solicitation is W90M8L-0327-0100 being issued as a Request for Proposal. This solicitation is issued as a Small Business Set-Aside procurement. North American Industry Classifications System Code (NAICS) is 624410. This contract will be awarded IAW the Service Contract Act of 1965. The Utah National Guard has invested a tremendous amount of resources to enhance its Deployment Cycle Support Program. One of these enhancements is executing a robust Yellow Ribbon Reintegration Program (YRRP) during Individual Drill Training (IDT) weekends. The program provides Service members and their families with information, services, referral and proactive outreach opportunities throughout the entire deployment cycle. The program is mandatory for the Utah National Guard. The USPFO for Utah anticipates issuing a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for one base year and two option years. The quantities of events and labor hours listed below are estimates of the quantities that may be purchased over the term of the contract. Orders will be made by individual delivery orders. SPECIFICATIONS: 1.The Utah National Guard anticipates contracting with an organization(s) that can provide Caregivers that facilitate activities and care for children ranging in ages infant to seventeen during events. 2.Event Details: - Event Locations: St. George and Northern (Provo to Ogden) Utah - Event Dates: Generally weekend days with minimal weekday and evenings - Event length is typically two days - Estimated Quantity of events: 5 to 30 - Estimated 1 to 5 located in St. George - Estimated 5 to 30 located in Northern Utah - Quantity of hours per event: 4 to 9 - Quantity of children per event: 10 to 200 - Caregiver to Child Ratios: 1:12 if all are 3 and older; 1:6 if 4 children under age 2 - Meals and snacks will be provided for children and Caregivers. - Supplies, activities, toys, sleeping mats and blankets will be provided for children. 3. See attached Service Delivery Summary Worksheet for additional details and performance evaluation criteria. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.204-4 Printed or Copied-Double Sided on Recycled Paper; (2) FAR 52.204-7 Central Contractor Registration; (3) FAR 52-204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; (4) FAR 52.212-1 Instructions to Offerors--Commercial Items; (5) FAR 52.212-2 Evaluation--Commercial Items; (6) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with Alternate I; (7) FAR 52.212-4 Contract Terms and Conditions--Commercial Items; (8) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I; (b) FAR 52.219-6 Notice of Small Business Set-Aside (c) FAR 52.219-8 Utilization of Small Business Concerns; (d) FAR 52.219-28 Post Award Small Business Program Representation; (e) FAR 52.222-3 Convict labor; (f) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (g) FAR 52.222-21 Prohibition of Segregated Facilities; (h) FAR 52.222-26 Equal Opportunity; (i) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (j) FAR 52.222-50 Combating Trafficking in Persons; (k) FAR 52.233-3 Protest After Award; (l) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (m) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (n) FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration. (9) FAR 52.216-18 Ordering; (10) FAR 52.216-19 Order Limitations; (11) FAR 52.216-22 Indefinite Quantity; (12) FAR 52.217-5 Evaluation of Options; (13) FAR 52.217-9 Option to Extend the Term of the Contract; (14) FAR 52.232-18 Availability of Funds; (15) FAR 52.232-19 Availability of Funds for the Next Fiscal Year; (16) FAR 52.222-25 Affirmation Action Compliance; (17) FAR 52.222-41 Service Contract Act of 1965 (18) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (19) FAR 52.222-99 Notification of Employee Rights under the National Labor Relations Act, Deviation 2010-O0013 (20) FAR 52.233-2 Service of Protest; (21) FAR 52.252-2 Clauses Incorporated Reference; (22) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (23) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; (24) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (25) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) FAR 52.203-3 Gratuities; (b) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (c) DFARS 252.225-7012 Preference for Certain Domestic Commodities; (d) DFARS 252.232-7003 Electronic Submission of Payment Requests; (e) DFARS 252.243-7002 Requests for Equitable Adjustment; (f) DFARS 252.247-7023 Transportation of Supplies by Sea (26) DFARS 252.232-7010 Levies on Contract Payments. EVALUATION FACTORS: Award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offeror's capability to meet defined criteria stated in the attached Performance Work Statement; (2) Past performance, caliber of offeror's performance on previous contracts of a similar nature; and (3) Total cost or price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the options. Multiple indefinite delivery and indefinite quantity awards may be made. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. Proposals are due NLT 5:00 pm MST 1 April 2011. Proposals may be mailed to: USPFO for Utah, Attention Jennifer Shaw, 12953 South Minuteman Drive, Draper, UT 84020-2000 or e-mailed to jennifer.shaw5@us.army.mil; facsimiles will NOT be accepted. All proposals must arrive at the place and by the time specified. Proposals must meet the following criteria: 1.Company's capabilities to meet or exceed the specifications identified in the "Performance Work Statement". Include provider resumes, copies of state and/or local childcare licenses and CPR/ First Aid Certifications. Failure to provide detailed information with your offer may cause your offer to be considered non-responsive. 2.Provide a minimum of three reference (not older than three years) contact information with proposal. Failure to provide detailed information with your offer may cause your offer to be considered non-responsive. 3.A suggested proposal format is as follows: CLIN 0001 Base Year (1 May 2011 to 30 April 2012), Hourly Rate $ per employee. Location - St. George, UT CLIN 0001 Base Year (1 May 2011 to 30 April 2012), Hourly Rate $ per employee. Location - Northern, UT CLIN 0002 Option Year 1 (1 May 2012 to 30 April 2013), Hourly Rate $ per employee. Location - St. George, UT CLIN 0002 Option Year 1 (1 May 2012 to 30 April 2013), Hourly Rate $ per employee. Location - Northern, UT CLIN 0003 Option Year 2 (1 May 2013 to 30 April 2014), Hourly Rate $ per employee. Location - St. George, UT CLIN 0003 Option Year 2 (1 May 2013 to 30 April 2014), Hourly Rate $ per employee. Location - Northern UT Please direct questions to Jennifer Shaw at jennifer.shaw5@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90M8L03270100/listing.html)
 
Place of Performance
Address: USPFO for Utah 12953 South Minuteman Drive Draper UT
Zip Code: 84020-2000
 
Record
SN02408189-W 20110326/110324234220-5555619e09e6710d2370ab9a4ac3ea8c (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.