Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
SOLICITATION NOTICE

R -- Provide Childcare Services 21 March 2015 for the Oregon Army National Guard

Notice Date
1/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624410 — Child Day Care Services
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
10635963
 
Response Due
2/20/2015
 
Archive Date
3/22/2015
 
Point of Contact
David E. Cleland, 503-584-3435
 
E-Mail Address
USPFO for Oregon
(david.e.cleland4.mil@mail.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. The solicitation is 10635963 and is issued as a Request for Quote (RFQ). Request for Quotes are due by 20 February 2015, 1:00 p.m. (PST). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 624410. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes t o procure the following supply or services: CLIN 0001: Childcare Services March 21, 2015 0730-1700 hours Childcare services/providers for 10 children from the ages 0-2 years. Minimum of 3 providers. Childcare services/providers for 20 children from the ages 3-5 years. Minimum of 3 providers. Childcare services/providers for 40 children from the ages 6-12 years. Minimum of 3 providers. Childcare services/providers for 5 children from the ages 13-17 years. Minimum of 1 providers. Additional services to include: Set up of childcare rooms the day before (scheduled through the venue's POC) or an hour prior to registration. Tear down of childcare rooms after the children checkout. Provide a staff member for the registration table, to check in/checkout children. Childcare Requirements for contracted childcare providers: 1.References. a. U.S. DEPT OF DEFENSE INSTR. 1402.5, Criminal History Background Checks on Individuals in Child Care Services, (19 January 2003) [hereinafter DoDI 1402.5]. 2.Background a.The J9 Yellow Ribbon Reintegration Office has requirements for contracted childcare providers to follow in order to qualify as quote mark professional on-site childcare. quote mark 3. Requirements a. All childcare providers at the Yellow Ribbon Event who are employees of the contracted childcare company must meet the Department of Defense requirement under DoDI 1402.5 stating all child care providers who work with children have FBI finger prints and state criminal history repositions checks. b. Must be a holder of current event liability insurance at the level that specific venues require. c. Must be a licensed corporation in the State of Oregon. d. All childcare providers who work with children must be at least 18 years old. e. Must follow all legal childcare providers to youth ratios the entire time at each event. f. Must comply with all applicable Oregon State laws, rules, and regulations while providing childcare services at an event. g. Can not solicit for childcare providers to be employees of the contracted childcare company for a Yellow Ribbon Event on any social media networks including but not limited to: facebook, twitter, myspace, and craigslist. h. Must bring all supplies such as toys, games, arts and crafts, etc. and have self-sufficient activities in order to engage youth (ages 0-17) for the entire length of the event at the specific venue chosen by the Yellow Ribbon Program. i. Must be able to facilitate Yellow Ribbon quote mark Deployment Cycle Support quote mark activities with the youth at the event and be trained by Oregon National Guard Child and Youth Program staff as well as Operation: Military Kids staff. j. Must have a safe check-in and check-out procedure of the youth at Yellow Ribbon Events that is approved by Oregon National Guard Child and Youth Program staff. k. Must designate professional childcare staff to continue childcare services when an offsite location is utilized during the Yellow Ribbon event, this is to include, at a minimum, being an adult chaperone on the contracted transportation to the offsite childcare venue. If you do not comply with the childcare requirements or cannot provide the services and activities listed, you will not be eligible to bid for this contract. The infant, toddler, and preteen/teenager rooms will be contracted outside of this contract. Please provide a cutoff date to decrease/increase childcare services/providers without a penalty/charge. Requirements for your quote: Please submit a quote on your company letterhead with at total price at the bottom. Include the following information on your quote: cage code, tax id number, company name, phone number, contact, and email. Please note that the facility will be located within the Portland, OR area (20 mile radius). Additionally, you must provide the following: - A statement that certifies that all employees who will be providing childcare services have FBI finger prints and state criminal history repository checks with no negative findings - Proof of current liability insurance - Licensed corporation in the State of Oregon, also licensed childcare certifications of any type of childcare service, license numbers so that we can verify with the Oregon Department of Labor - A certified statement stating that all employees will be over the age of 18 - A certified statement that states they did not solicit for childcare providers using social media networks such as Craigslist, Facebook. Etc... - How many caregivers within the company are CPR and/or First Aid certified, please provide a certified statement - How are the parents notified if the child needs his/her parents? What is the notification system? Offerors must be registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Centers at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Systems for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. FAR 52.204-99 System for Award Management Registration (August 2012) (DEVATION) (If Applicable) Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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, lowest price of all item quote mark all or none quote mark. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-44 Fair Labor Standards act and Service Contract Act-Price adjustment; FAR 52.222-54 Employment Eligability Verification: FAR 52.228-5 Insurance-Work on a government Installation; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.225-1, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable) FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. 252.215-7008 Only One Offer. DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations. This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Offerors can submit their proposal to: SSG David Cleland at david.e.cleland4.mil@mail.mil or Via Fax at 503-584-3771
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/10635963/listing.html)
 
Place of Performance
Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14840 Salem OR
Zip Code: 97309-5008
 
Record
SN03620764-W 20150123/150121234718-8ca53ae387313997787de819ca24f374 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.