SOLICITATION NOTICE
R -- Adminstration of Child Care Subsidy Program - quotation documents
- Notice Date
- 7/8/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Housing and Urban Development, OCPO, Northern (Philadelphia) Field Contracting Operations, Philadelphia Operations Branch, NFN, 100 Penn Square East, Philadelphia, Pennsylvania, 19107-3380
- ZIP Code
- 19107-3380
- Solicitation Number
- DU203NP-15-T-9999
- Archive Date
- 8/12/2015
- Point of Contact
- Jennifer L. McGivern, Phone: 2154306724, Shelli J. Waltz, Phone: 215-430-6721
- E-Mail Address
-
jennifer.l.mcgivern@hud.gov, Shelli.J.Waltz@hud.gov
(jennifer.l.mcgivern@hud.gov, Shelli.J.Waltz@hud.gov)
- Small Business Set-Aside
- N/A
- Description
- Price Schedule Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 using Simplified Acquisition Procedures under FAR Part 13; as supplemented with additional information included in this notice. HUD, Northern Philadelphia Operations requests quotes from qualified small business sources capable of providing Childcare Subsidy Services for HUD Nationwide and this announcement constitutes the solicitation document. The enclosed statement of work defines HUD's Childcare Services required to effectively support this effort. The contract will be written for a one year base period of performance with four one year option periods. The Government will not pay for information received. It is incumbent upon contractors to monitor the Federal Business Opportunities web page (https://www.fbo.gov/) for any/all subsequent amendments. The solicitation document and incorporated provisions and clauses are those in effect through FAR FAC 2005-81 April 10, 2015 and HUDAR January 9, 2013. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at: http://farsite.hill.af.mil. The NAICS code for this acquisition is 541611 with a size standard of $14M. This is 100% set aside for Small Business Concerns. The following FAR Provisions and Clauses are applicable to this procurement by reference: 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-1 Instructions to Offerors-Commercial Items SEE ADDENDUM NEXT PAGE 52.212-2 Evaluation-Commercial Items SEE ADDENDUM NEXT PAGE 52.212-3 Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. In addition, pursuant to paragraph (b) of this clause, the contractor shall comply with the following the FAR clauses that the contracting officer has indicated as being incorporated in this contract by reference to implement provision or law of executive orders applicable to acquisition of commercial items: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.201-14 Service Contract Reporting Requirements 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52-217-9 Option to Extend the Term of the Contract 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on veterans 52.222-40 Notification of Employees Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons 52.222.54 Employment Eligibility Verification 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.239-1 Privacy or Security Safeguards 52.232-18 Availability of Funds 52.232-22 Limitation of Funds 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference The following HUDAR clauses are applicable to this procurement by reference: 2452.203-70 Prohibition Against the Use of Federal Employees. 2452.204-70 Preservation of, and Access to, Contract Records (Tangible and Electronically Stored Information (ESI) Formats). 2452.208-71 Reproduction of Reports. 2452.209-72 Organizational Conflicts of Interest. 2452.227-70 Government Information. 2452.232-70 Payment Schedule and Invoice Submission (Fixed-Price) Alternate II (Deviation May 2015). 2452.232-72 Limitation of Government's Obligation. 2452.233-70 Review of Contracting Officer Protest Decisions. 2452.237-70 Key Personnel. 2452.237-73 Conduct of Work and Technical Guidance. 2452.237-75 Access to HUD Facilities. 2452.237-77 Observance of Legal Holidays and Closure of HUD Facilities. 2452.239-70 Access to HUD Systems (Deviation) 2452.239-71 Information Technology Virus Security. 2452.246-70 Inspection and Acceptance. 52.212-1 ADDENDUM CONTENT AND FORMAT OF SUBMISSION: Quotation submittal and all other required documents must be submitted in accordance with this announcement. Failure to submit the aforementioned information correctly shall make the quote ineligible for award. A quotation submitted in response to this solicitation must be submitted electronically in PDF format, and must be comprised of the following: Volume I: Technical Quote (not to exceed 15 pages in total): The quoter shall: a. Describe the approach to be used in providing the services outlined in the statement of work. b. Describe the database to be utilized to capture employee information on utilization for reporting purposes, including contractor established safeguards to ensure data is protected from unauthorized access and/or disclosure. c. Describe the timeframe involved from receipt of application, eligibility determination, notification to employee and child care provider, and subsequent payment of tuition subsidy. The vendor must also address its plan for any cost recovery efforts including efforts to insure recovery within the 60-day period required by the SOW. Volume II: Past Performance (not to exceed five pages) The vendor shall identify three of its most recent, relevant past performance history examples of administering a child care tuition subsidy program or affirmatively state that it possesses no relevant past performance. The vendor shall provide a detailed explanation which demonstrates their most recent and relevant contract efforts along with the contract number, a description of the work performed to include whether they performed this work in prime or sub capacity, the name of Federal agency/agencies or private company for whom the work was performed along with that agency's POC name, email address, and phone number for HUD to contact to ascertain past performance in administering similar programs and the quality of work performed. Recent past performance is defined as performance under contracts or efforts performed within the past five years from the date of the quote and relevant is defined as having the same or similar scope and value/magnitude to that which is describe in the statement or work/this announcement. The past performance assessment will be reviewed for recency, reviewed for relevancy of only those that pass the recency requirement, reviewed for quality of only those that were determined to be recent and relevant. Sufficiency will be assessed to include the totality of all the recent, relevant, quality past performance examples. Note: The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. The vendor shall provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. Vendors that fail to address this factor will be determined to have not complied with the solicitation requirements and will receive the lowest possible rating for this factor. Vendors lacking relevant past performance history but providing an affirmative statement to that affect will not be evaluated favorably or unfavorably on past performance. However, the submission of a vendor with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous submission to the Government and thus, may be an unsuccessful quote when compared to the submission of other vendors. In evaluating past performance, HUD will give greater consideration to contracts having the same or similar scope and magnitude of the tasks described in the Performance Work Statement. Volume III: Price Quote The vendor shall complete the bid schedule that is included as an attachment to this announcement for base and option years. Total evaluated price will be evaluated taking into account the total for the base year and the option periods. It should be noted that bid schedule includes the estimated subsidy fund allotment that HUD will provide the contractor for tuition subsidy distribution directly to eligible child care providers. This total is estimated for evaluation purposes and may fluctuate upward or downward during the course of the year. The contractor must propose a fixed percentage fee to cover their costs in administering this program which will be applied against the estimated subsidy total for evaluation purposes. The fee percentage fee proposed will be fixed and applied to the actual disbursement of subsidy that the contract will receive as payment for it services monthly. Also include the following: (1) Your company name, address, email address, and telephone number; (2) CAGE Code, DUNS Number, and Tax Identification Number. 52.212-2 ADDENDUM EVALUATION FACTORS: The Government intends to award a firm-fixed-price purchase purchase order resulting from this Announcement to the responsible vendor whose quote represents the best value after evaluation in accordance with the evaluation factors listed above. Quoters must be actively registered with the System for Award Management (SAM) at http://www.sam.gov prior to award. Failure to be actively registered will result in disqualification from award consideration. If the quote is determined unacceptable in any of the evaluation factors, the quote may not be considered for award. Price/Cost. The award will consist of a one-year base period plus four one-year option periods for a total period of performance of five (5) years if the options are exercised. Total estimated price will be evaluated taking into account the total for the base year and the option period. 52.217-5 Evaluation of Options Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate quotes for award purposed by adding the total price for all options to the total price for the basic requirements. Evaluation of options will not obligate the Government to exercise the option(s). (End of Clause) 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor; provided that the Government gives the Contractor a preliminary written notice of its intent to extend before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) Technical and/or administrative questions must be submitted in writing via email to Jennifer.l.mcgivern@hud.gov no later than noon, Tuesday, July 14, 2015. Any questions received beyond this date will not be answered and telephone inquiries will not be accepted. Individual responses will not be given. Responses to all inquiries will be published by amendment to the solicitation. Inquiries and information received after the established deadline shall not be considered for this particular acquisition. Oral communications are not acceptable in response to this notice. Only written inquiries will be accepted. The quoter's initial quote shall contain the best quote from a price and technical standpoint. HUD intends to evaluate quotes and award a purchase order without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. QUOTES MUST BE SUBMITTED ELECTRONICALLY and shall be sent to the following email address: jennifer.l.mcgivern@hud.gov, Contract Specialist. It is the quoter's responsibility to ensure that quotes are received by the Government by the due date which has been established as Tuesday, July 28, 2015 at 4:00pm Local Time for this request for quotation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NF/NFN/DU203NP-15-T-9999/listing.html)
- Place of Performance
- Address: contractor's facility, United States
- Record
- SN03789961-W 20150710/150708235739-1d3e591a409261b3eb2fe531c532fb58 (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 |