SOLICITATION NOTICE
U -- Trust Expert Support Services
- Notice Date
- 3/3/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
- ZIP Code
- 20525
- Solicitation Number
- CNSHQ16R0005
- Archive Date
- 4/9/2016
- Point of Contact
- Marilyne A. Brooks, Phone: 202-606-6981, Jerri L Newton, Phone: 202-606-7551
- E-Mail Address
-
mbrooks@cns.gov, jnewton@cns.gov
(mbrooks@cns.gov, jnewton@cns.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, 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. (ii) The solicitation number is CNSHQ16R0005 and is issued as a request for a quotation (RFQ). (iii) Incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The provisions at 52.212.1, Instructions to Offerors-Commercial, apply to this acquisition. The provisions at 52.212-2, Evaluation-Commercial Items, apply to this acquisition. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offers or they will be considered non-responsive. References must be included with your offer. The clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition. The following clauses listed in 52.212-5 (b) and (c) are included by reference: 52.222-21; 52.222-22; 52.222-23; 52.222-41; 52.225-3; and 52.232-34. Offerors must be registered in the System for Award Management (SAM) FAR 52.204-99 System for Award Management Registration (August 2012) (DEVIATION) https://www.sam.gov. A contractor's failure to be registered in the SAM system will render them ineligible to receive any Government Contracts. (iv) The associated NAICS code is 611710 and the small business size standard is $7,000,000.00. THIS IS A TOTAL SMALL BUSINESS SET A SIDE. The award will be made on a time and Materials Basis. (v) GENERAL INFORMATION: The Corporation for National and Community Service (CNCS) provides opportunities for Americans of all ages and backgrounds to serve their communities and country through three programs: Senior Corps, AmeriCorps, and the, Summer of Service and Silver Scholar. Through these programs, the Corporation is working to build a culture of citizenship, service, and responsibility in America. The Accounting and Financial Management Services (AFMS) is responsible for providing the full range of financial management within CNCS. AFMS provides current and accurate financial information, services, and analyses for CNCS. The National Service Trust Fund is an account in the U. S. Treasury authorized to disburse education awards on behalf of national service participants who have earned and been granted the award. The National Service Trust Fund is administered at CNCS headquarters by AFMS Office of the National Service Trust (Trust). On April 21, 2009, President Obama signed into law the Edward M. Kennedy Serve America Act ("The Serve America Act" or "SAA"). The SAA reauthorizes and expands national service programs administered by CNCS. The SAA made several changes to the National Service Trust's legislation. These include tying the amount of the full time education award to the amount of the Pell Grant, expanding the definition of qualified educational institutions which may receive payment from the Education Award, to include institutions and establishments that have been approved by the Department of Veterans Affairs (VA) for the use of veterans' educational benefits, expanding the number of possible service terms by allowing a member to earn up to and including the value of two full time education awards; allowing the education award to be transferred under certain conditions; and creating two new types of service that can result in two new types of education awards: the Summer of Service and Silver Scholar programs. The National Service Trust is seeking a contractor who can provide expert technical support in fulfilling the requirements of the SAA and in meeting the Corporation's obligation to provide an education award to those AmeriCorps, Summer of Service, and Silver Scholar members who successfully complete their volunteer service commitment and who have earned an AmeriCorps, Silver Scholar, or Summer of Service Education Award. (vi) SCOPE: National Service Trust, Accounting/Financial Management Services has an immediate need to acquire contractor support services to perform training, instruction, guidance, and expert technical assistance to staff, and other interested parties on AmeriCorps, Summer of Service, Silver Scholar volunteer service commitments, educational awards, and the management and disbursement of education award payments. The contractor must have the requisite knowledge and understanding of CNCS laws, regulations, policies, and procedures including the Edward M. Kennedy Serve America Act (SAA) and its final rulemaking provisions. The contractor must also understand how these provisions impact Trust services, CNCS programs, and systems software to be able to immediately provide support and training in these areas. (vii) GOVERNMENT FURNISHED MATERIAL/INFORMATION: The contractor will be provided with standard office equipment (computer and telecommunications) while working at the Government site. The anticipated work schedule will be on a mutually agreed upon basis with an estimated eight-hour workday during normal business hours excluding weekends. (viii) SUMMARY OF REQUIREMENT: The contractor will bring expert knowledge of CNCS programs, the SAA and its subsequent rulemaking provisions, National Service Trust Operations, and other applicable Federal rules, regulations, policies, and procedures. The contractor will provide training and expert technical assistance services to enhance the knowledge and understanding by staff members on program objectives, policies, procedures or pertinent regulatory requirements of CNCS and its programs. The contractor will provide training and expert technical assistance services to enhance the knowledge and understanding by staff members on external statutes, regulations, and policies that affect National Service Trust Operations. The contractor will perform the following tasks by providing training and expert technical support to staff, members, and other interested individuals, in meeting the Corporation's obligation to provide an education award to those AmeriCorps members who successfully complete their volunteer service commitment and who have earned an AmeriCorps education award. 1) Provide training and technical assistance to AmeriCorps and Summer of Service members, Corporation State Offices, State Commission, AmeriCorps and Summer of Service program staff, as well as schools and financial institutions. 2) Provide guidance and technical assistance to Trust Officers and other National Service Trust Operations staff. 3) Provide technical support to new Trust Officers in the following areas: a) Management of cluster and in providing technical assistance as required, in meeting the needs of each entity. b) Input, monitor, and maintain data posted to the National Service Trust database (eSPAN) and My AmeriCorps Portal. c) Reconciliation and correction of variances between eSPAN and My AmeriCorps Portal. d) Provide support in the processing of requests for disbursements (voucher and interest accrual payments) made on behalf of AmeriCorps, Summer of Service, and Silver Scholar members. 4) Identify eSPAN and My AmeriCorps I Trust Automation Portal issues and work with Trust management and system staff in suggesting and implementing changes. 5) Provide support in the resolution of Trust Fund member issues which may involve preparation of orrespondence relative to Trust activities and member accounts including requests for extension of education award availability and responding to Congressional inquiries using knowledge of applicable laws and regulations including the SAA and its rulemaking provisions. 6) Provide research and analysis support to the National Service Trust leadership during annual or quarterly internal control review assessments DELIVERABLES: The following contract deliverables shall be requested: 5.1 Develop, review, and revise technical assistance materials based on the Edward M. Kennedy Serve America Act, National and Community Service Act (NCSA), Standards of Operating Procedures (SOPs), Improper Payment Elimination Recovery Act (IPERA), Improper Payment Elimination Recovery Improvement Act (IPERIA), including an instructional handbook and visual presentation on AmeriCorps, Summer of Service, Scholar and Trust Fund programs that can be used by CNCS staff, Corporation State Offices, State Commissions, AmeriCorps, and Summer of Service program staff as well as individuals who receive "transferred" Eli Segal Education Awards. 5.2 Develop and manage web-based content and training materials for the National Service Trust using the CNCS's web content management system. 5.3 Provide technical assistance to schools, financial institutions, State Commissions and Offices, Congressional Offices, CNCS staff and other individuals, as requested, on all aspects of services provided by the National Service Trust Operations Branch and the Eli Segal Education Award, including processing requests for disbursements and reconciling accounts. 5.4 Monitor data posted to the National Service Trust Database (eSPAN) and My AmeriCorps Portal. Identify issues and suggest recommendations, in writing, to the Chief, Trust Operations Branch and the Deputy Chief, Trust Operations. 5.5 Provide technical assistance, as required, in support of AmeriCorps programs including Member Enrollments, Member Exits, Member Changes, and Program Changes. 5.6 Provide technical support in processing requests for education award disbursements (voucher and interest accrual payments) made on behalf of AmeriCorps and Summer of Service members 5.7 Provide support in the resolution of Trust Fund member issues and prepare correspondence on Trust activities and member accounts. 5.8 Provide training and technical assistance to new Trust Officers, other Trust Operations staff, AmeriCorps members, Corporation program offices, Corporation State offices, State Commissions, as well as educational and financial institutions with regards to the provisions of the Edward M. Kennedy Serve America Act and related statutes and regulations. 5.9 Provide support in responding to Congressional inquiries by researching AmeriCorps, and Summer of Service member data posted to the National Service Trust Database (eSPAN) and My AmeriCorps Portal and using knowledge of applicable laws and regulations. 5.10 Research and provide recommendations when AmeriCorps, and Summer of Service members request that the seven or ten year use period for the education award be extended by researching AmeriCorps, Summer of Service, and Silver Scholar member data posted to the National Service Trust Database (eSPAN) and My AmeriCorps I Trust Automation Portal and use knowledge of applicable laws, regulations, policies, and procedures. Contractor shall provide a work summary of all items accomplished/completed and pending at the end of each week that work is performed and report that data monthly to the primary contact representative or Contracting Officer's Representative (COR). (ix) REVIEW OF WORK PLAN: The Chief, Trust Operations Branch, and the Director of Accounting and Financial Management Services will serve as the primary contact representative to answer questions and provide clarification of work assignments to produce desired work products and services. (x) QUOTE INSTRUCTIONS: Quotes should not exceed 10 pages, excluding documentation. Quotations should include the following elements: (1) A one-page abstract of the proposal; (2) A two-page price quote with the proposed labor categories and rates; Rates must be for one base year and four option years.(SEE ATTACHED PRICE SHEET) (3) A brief statement of corporate capability, specifically related to performing the tasks; (4) A brief statement of the capability of the person proposed to do the work related to performing the tasks; (5) A summary of the schedule of deliverables and timeline. Supporting documentation, not subject to the maximum page limit, should include: (1) A timeline of activities and deliverables; (2) Resume of the person proposed to do the work related to performing the tasks. (xi) Evaluation of Quotes: Quotes will be evaluated on a lowest price technically acceptable (LPTA) basis on the following elements: (1) Understanding of the requirement; (2) Soundness and quality of quote for accomplishing each task; (3) Quality and experience of the person proposed to do the work related to performing the tasks, and (4) Past Performance (5) Cost/Price. Proposed price will be reviewed for appropriateness and reasonableness. The Government will award an order to the bidder who provides the lowest price technically acceptable (LPTA) quote. (xii) Past Performance Quoters' past performance information will be evaluated prior to the establishment of the competitive range. Those who are not in the competitive range will not be further evaluated. The evaluation will be based on information obtained from Government databases to include FAPIIS & www.ppirs.gov. The government will assess the relative risks associated with each offeror. Performance risks are those associated with a quoter's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be a product of a mechanical or mathematical analysis of a quoter's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers relevant information. When assessing performance risks, the Government will focus on the past performance of the quoter as it relates to all acquisition requirements, such as the quoter's record of performing according to specifications, including standards of good workmanship; the quoter's record of controlling and forecasting costs; the offeror's adherence to contract schedules, including the administrative aspects of performance; the quoter's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the quoter's business-like concern for the interest of the customer. The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in the quoter's performance. The lack of a relevant performance record may result in an unknown performance risk assessment, which will result in the Quoter being evaluated neither favorably nor unfavorably for past performance and the quoter will receive a neutral rating. (xiii) Location of Work: The vendor will be expected to primarily conduct the work at the government site. (xiv) Period of Performance: It is anticipated that the period of performance will begin immediately after award. This purchase order will be for one-year base year with an option for up to four additional one-year optional years, (for a maximum of five years). Option years will be based on several factors, including but not limited to contractor performance and the Corporation's need for the completion of these tasks in the option years. Please submit quotes in writing, on letterhead, as soon as possible. Proposal must be submitted in writing, by email signed by a person authorized to negotiate on behalf of the offeror with the government. Please submit your best offer as the selection will be based solely on the written proposals received. (xv) QUESTION DUE DATE: All questions shall be submitted no later than Wednesday, March 9, 2016 at 1:00 p.m. Eastern Standard Time (EST) via email to Marilyne Brooks at mbrooks@cns.gov and Jerri Newton at jnewton@cns.gov. Questions submitted after this date and time shall not be answered. (xvi) QUOTE DUE DATE: All technical and price quotes shall be received no later than Friday, March 25, 2016 at 1:00 p.m. EST via email to Marilyne Brooks at mbrooks@cns.gov. Responses received after this date and time will be considered non-responsive, in accordance with (IAW), Federal Acquisition Regulation (FAR) 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids. (xvii) The single point of contact for this requirement is Marilyne Brooks at 202-606-6981, mbrooks@cns.gov. If you plan to submit a quote, please submit it to mbrooks@cns.gov. For all email correspondences, PLEASE PUT IN THE SUBJECT LINE: CNCS Trust Expert Support Services - CNSHQ16R0005. Section 508 Compliance Solicitation Language: CNCS is required by Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d), to offer access to electronic and information technology for disabled individuals within its employ, and for disabled members or the public seeking information and services. This access must be comparable to that which is offered to similar individuals who do not have disabilities. Standards for complying with this law are prescribed by the US Access Board. The current deliverable(s) must incorporate these standards, as well as any agency specific standards developed by CNCS. Your response to the solicitation should contain documentation of your compliance with these standards. However, the Contracting Officer may request additional technical documentation, if necessary, to make this determination. The final work product must include documentation that the deliverable conforms with the Section 508 Standards promulgated by the US Access Board. In the event of a dispute between you and CNCS, then CNCS's assessment of the Section 508 compliance will control and you will need to make any additional changes needed to conform with CNCS's assessment, at no additional charge to CNCS. If you need more information about Section 508 Compliance: Reference the following link for detailed information http://section508.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ16R0005/listing.html)
- Place of Performance
- Address: 250 E Street, SW, 3rd Floor, Washington, District of Columbia, 20525, United States
- Zip Code: 20525
- Zip Code: 20525
- Record
- SN04039459-W 20160305/160304000405-3069c9d211c2d0da22b61e995c95495a (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 |