Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
SOLICITATION NOTICE

G -- SUPPORT ASSISTANT

Notice Date
3/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q12VA
 
Response Due
4/15/2012
 
Archive Date
6/14/2012
 
Point of Contact
Dennis Donaldson, 575-678-5453
 
E-Mail Address
MICC - White Sands Missile Range
(dennis.g.donaldson@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. This announcement is posted as a Combine Synopsis/Solicitation: a.Objectives: The Family Advocacy Program provides, comprehensive assistance, liaison, and services to and for victims of family violence and sexual assault: New Parents Support with parenting classes, Play Groups and one-one-assistance for parents; Deployment support with communication classes, FRG training and Command Support. This requirement is a non-personal service contract as defined in 37.101, under which the contractor is an independent contractor as a Family Advocacy Support Assistant at White Sands Missile Range (WSMR), NM. Contractor is expected to be on-call 24/7, 365 days per year, sharing time and schedule with another contractor. There will be non-duty hours and weekends. A majority of the hours will be during duty hours. Contractor is expected to take required training when given, as well as work night, evening and weekend hours. Contractor is paid Firm Fixed Price for the duties of Family Advocacy Support Assistant. There will be the opportunity for one (1) Base year and one (1) Option year. The base year will start 1 May 2012 and end 30 April 2013 and the option year will start 1 May 2013 and end 30 April 2014. 2. Minimum requirements for the contractor will be based on the Evaluation Criteria. The satisfaction of the following Criteria should be demonstrated in any proposal submitted for consideration. Factor 1: Technical Evaluation a. Proficiency required to input and update client records, generate required reports and meet monthly deadlines. Minimum 6 months experience. b.Be able to perform complex administrative and clerical tasks. Minimum 1 year experience. c.Computer skills in Microsoft Office and ability to learn additional programs. Minimum 1 year experience. d.Be able to express and communicate self orally and in writing. e.Must show demonstrated ability to work with a range of societal and military groups. Minimum 1 year experience. f.Be able to interpret complex regulations and guidelines g.Must show demonstrated ability to work professionally with distraught and/or angry clientele. h.Must show demonstrate ability to work as part of a first responder team. i.Must be available 7/24 and able to respond to incidents within 45 minutes of notification. j.Must show ability to teach adult classes. Factor 2: Price Evaluation Each contractor's price proposal will be evaluated for reasonableness based on best value. Reasonableness will be established by the existence of adequate price competition and by comparing all, or a representative sample, of the proposed prices to industry average rates and/or rates from other contracts for similar work, combined with the level of acceptance within factor 1 - Technical Approach. 3. Contractor will be paid for only specific tasks listed in this contract. Contractor submits a monthly invoice to Wide Area Workflow. Invoice includes a Firm Fixed Monthly Price, on tasks performed. Price is fixed as a flat monthly rate. 4. Training, workshops, or seminars required in the performance of this contract will be paid for by the government (i.e. tuition, travel and per diem). 5. Government will provide copying and printing services directly related to the performance of contract task. Contractor provides own transportation at no extra cost to perform duties outside of ACS. Contractor will not use personal vehicle to transport any client when performing duties of a Victim Advocate. Government provides computer, printer, supplies, telephone and office space. 6. Contractor must comply with Army Regulation (AR) 608-1, Army Community Service, 10 Dec 2010 and Army Regulation (AR) 608-18, Family Advocacy Program, 30 October 2007. 7. Contractor must be alcohol, tobacco and drug free. 8. The contractor will have access to government property at Army Community Service, including computer, printer, telephone, books, program materials, and miscellaneous supplies. None of the items will be taken off WSMR and the contractor will be liable for any of the items is they are lost, damaged, destroyed, or subject to theft. 9. Contractor will keep all client files at ACS in a secured area. 10. Contractor is not authorized to drive government vehicles. The general requirements of the service are illustrated in the attached Statement of Work (SOW). Following Clauses and Provision applies to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance: Technical ability to meet specifications, past performance and price. The contractor shall provide the training program details for evaluation. Offerors shall provide name, title and phone number of principal for prior or current employment or experience for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. Government will award this contract based on best value to the government. No advantage will accrue to an offeror who submits an unrealistically low price proposal. Such a proposal may be viewed as indicative of a lack of understanding of the government's desired objective. The Government reserves the right to award with or without negotiations or discussions. The offeror should submit his best price upon initial submission of the proposal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil All FAR Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (APR 2011) - Alternate 1 Feb 2012 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 52.212-4 -- Contract Terms and Conditions -- Commercial Items. 52.204-7 -- Central Contractor Registration.52.225-25 -- Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification.52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. 52.222-50 -- Combating Trafficking in Persons. 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations. 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.52.219-7 -- Notice of Partial Small Business Set-Aside. 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies. 52.222-21 -- Prohibition of Segregated Facilities. 52.222-26 -- Equal Opportunity.52.223-6 -- Drug-Free Workplace. 223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving.. 52.225-3 -- Buy American Act -Free Trade Agreements - Israeli Trade Act 52.226-4 - Notice of Disaster or Emergency Area Set-Aside. 52.226-5 - Restrictions on Subcontracting Outside Disaster or Emergency Area. 52.222-41 -- Service Contract Act of 1965. 52.222-42 -- Statement of Equivalent Rates for Federal Hires.52.222-43 -- Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts). 52.226-6 - Promoting Excess Food Donation to Nonprofit Organizations.252.201-7000 Contracting Officer's Representative.252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate. Alternate I 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. 252.247-7023 Transportation of Supplies by Sea. Alternate III 5152.209-4000 Interested parties are encouraged to read the attached SOW to familiarize with the various requirements of the service. Interested parties should provide their inputs in writing to Dennis Donaldson dennis.g.donaldson.civ@mail.mil, 15 April 2012, 1100 hours EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b1fd781dd4bb29f9de7b7de3ecbd5902)
 
Place of Performance
Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN02702961-W 20120324/120322234551-b1fd781dd4bb29f9de7b7de3ecbd5902 (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.