SOLICITATION NOTICE
R -- Work For Warriors North Carolina
- Notice Date
- 6/4/2025 9:04:21 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561311
— Employment Placement Agencies
- Contracting Office
- W7NS USPFO ACTIVITY NC ARNG RALEIGH NC 27607-6412 USA
- ZIP Code
- 27607-6412
- Solicitation Number
- W9124225Q0080
- Response Due
- 6/23/2025 1:00:00 PM
- Archive Date
- 07/08/2025
- Point of Contact
- Amy Daniels, Phone: 9846646903
- E-Mail Address
-
amy.b.daniels2.civ@army.mil
(amy.b.daniels2.civ@army.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- Employment Center Services in support of North Carolina National Guard and Reserve component Soldiers, Airmen and their eligible family members via the Beyond Yellow Ribbon Program. The NCNG Employment Center supports Joint Forces Headquarters through the delivery of various Employment Services for eligible members. Contract employees under the subject contract coordinate and communicate to support eligible unemployed or underemployed personnel. *Incumbent contractor: RIGHTDIRECTION TECHNOLOGY SOLUTIONS, LLC *Please consult with www.irs.gov for the most up-to-date information for tax laws regarding fringe benefits. *All firms shall respond to 52.212-3 via www.sam.gov registration; this will not count toward any volume page count. *The Gov't recognizes EO 14026 was revoked on 14 March 2025; however, we do not have the ability to manipulate published wage decisions. Offerors are to comply with current DOL law, recognizing all revocations not yet reflected in the WD. *Submit packages to POC listed via email. Last day to submit questions/RFIs: 9 June 25. 1. Q: Can we include certifications, degrees, and specialized credentials (such as doctoral-level qualifications) of proposed key staff within the capabilities narrative, or should those be limited to resumes only? A: Please reference 52.212-1 Addendum 2.1 (b) 2. Q: Will advanced education or nationally recognized workforce training programs (such as apprenticeships) be considered a value-add in the technical evaluation? A: Contractor is free to propose whatever labor mix they can believe is optimal for execution of the PWS; reference 52.212-2 and 52.212-2 Addendum for how the Gov't intends to evaluate. 3. Q: May we propose hybrid staffing models that include apprentices under supervision if all PWS requirements are met? A: Contractor is free to propose whatever labor mix they can believe is optimal for execution of the PWS; reference 52.212-2 and 52.212-2 Addendum for how the Gov't intends to evaluate. 4: Q: Will proposed staff be allowed to complete mandatory federal training (e.g., AT Level 1, iWATCH, OPSEC) after award during onboarding, or must training be completed pre-award? All timelines are discussed within PWS Para 1.4.5 through 1.4.5.12 5: Q: Are there any additional NCNG-specific training requirements beyond those listed in the PWS? A: All known training has been identified 6. Q: Does the Government have a proprietary Salesforce system or platform in place, or is the contractor expected to provide and configure it? A: Gov't has this system in place 7. Q: Can you provide more detail regarding what metrics and reporting outputs are expected from the Database Administrator in Year 1? A: [Response forthcoming] 8. Q: Multiple Wage Determinations are included. Could you please clarify which WD applies to each of the eight performance locations? A: Offerors are encouraged to look up each county for the performance locations to identify the applicable WD. 9. Q: With EO 14026 revoked but not reflected in the current wage determinations, should pricing reflect the revised legal minimums or the posted rates? A: Recommend contacting US Wage and Hour Division for any SCA questions at 866-487-9243 10. Q: Will there be a transition or phase-in period from the incumbent (RightDirection Technology Solutions, LLC) to the new contractor? A: No 11. Q: Is the incumbent staff eligible for transition/hire? Are there any incumbent protections or CBAs applicable? A: Recommend coordinating with the incumbent contractor. 12. Q: Is there a preferred format for submitting resumes and the capabilities narrative? A: Reference Synopsitation 52.212-1 (Addendum) 13. Q: Will the Government accept a combined PDF submission, or do you prefer separate attachments for each required element? A: Either is acceptable; identify each volume so the evaluation team can perform page counts. 14. See updated PWS for clarification surrounding the Phase In period. 15. See updated synopsitation for addition of 52.222-46. 16. Q: Could the agency kindly confirm the total budget allocated for this contract? A: No 17. Q: Will this be a single-award or a multiple-award contract? A: Single Award 18. Q: Is this a new requirement, or is it a recompete of an existing contract? A: See above; already answered. 19. Q: Could you please share any known performance challenges or areas for improvement with the existing vendors? A: Nothing to report 20. Q: Has the agency determined a specific start date for the contract? A. Reference dates id'd in solicitation CLINS Bid Schedule 21. Q: Are candidates with active security clearances required for this engagement? A: Background investigation is required see PWS 1.4.5.6; see PWS 4.2 stating no security clearance is req'd. 22. Q: Is the proposing firm required to have an active facility clearance to be eligible for this contract? A: See PWS 4.2 23. Q: Will the agency allow offerors to engage teaming partners or subcontractors to fill any capability or resource gaps? A: Yes; both are referred to in the synopsitation. Keep in mind all FAR Part 19 requirements. 24. Q: As referenced in Technical Section point (vii), �Signed Letters or Statements of Commitment from all teaming partners or subcontractors� are required. Does this imply a mandatory subcontracting goal? If not, what should be included in that part of the response? A: No; if you're providing the full scope of serives without use of teaming partners this is N/A 25. Q: Is there a maximum limit on the number of resumes that may be submitted for evaluation? A: Reference the page count cited in the synopsitation for technical. Note any exclusions already stated. 26. Q: Does the 10-page limit for the technical section include the resumes, or are resumes excluded from this count? A: The question is already addressed; please read again. 27. Q: May we submit all proposal components � Past Performance, Pricing, and Technical sections, as a single consolidated PDF, or must each section be submitted as a separate file? A: Reference question 13 above; already answered. 28. Q: Can we use commercial past performance references, or is past performance with government agencies specifically required? A. Commercial past performance is acceptable; same guidelines for recency and relevancy apply 29. Q: Can you provide more detail regarding what metrics and reporting outputs are expected from the Database Administrator in Year 1? A: Clarifications have been provided; see updates to 5.2.4.10-12 30. Paragraph in PWS discussing Key Personnel has been removed; see PWS dated 4 June 25. 31. Q: Are we required to submit the actual resumes of the proposed candidates with the proposal submission, or would sample resumes be acceptable at this stage? A: Offerors are encouraged to submit their most competitive proposal, considering 52.212-2 Addendum 32. Q: For the Employee Counselor pricing, should we provide location-specific rates for each site (Raleigh NC, Wilmington, Winterville, Greensboro, Charlotte, Asheville, Lenoir, and Fayetteville), or will a standard rate be acceptable? A: Offerors are encouraged to ensure submitted pricing is reflective of all applicable labor regulations/compliance and market conditions for each location.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0cd4e9a46f2d4da4b2217b517d8ca455/view)
- Place of Performance
- Address: Raleigh, NC, USA
- Country: USA
- Country: USA
- Record
- SN07465563-F 20250606/250604230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |