SOLICITATION NOTICE
R -- Youth Outreach Services - Quality Assurance Surveillance Plan - Solicitation - Performance Work Statement
- Notice Date
- 7/19/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 624110
— Child and Youth Services
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
- ZIP Code
- 97309-5008
- Solicitation Number
- 10896167
- Archive Date
- 9/6/2016
- Point of Contact
- Richard Harvey, Phone: 503-584-3773
- E-Mail Address
-
richard.a.harvey5.mil@mail.mil
(richard.a.harvey5.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement Solicitation QASP Solicitation # 10896167 Action Code: Combined Synopsis/ Solicitation Notice NAICS Code/ PSC Code: 624110/ R-799 Subject: Youth Outreach Services Solicitation Number: 10896167 Posted date: July 18th 2016 Response due Date and Time: August 22nd 11:00 AM PST Set Aside: Total Small Business Contracting Office Address: United States Property and Fiscal Office ATTN: USPFO-P, 1776 Militia Way/PO Box 14350 Salem, Oregon 97309-5047 Performance Location: ORARNG J9 Service Family Member Support (SMFS) ANDERSON READINESS CENTER (ARC) 3225 State Street Salem, Or 97309 Information to Offerors All Quotes shall be firm-fixed pricing. If you have any questions or concerns regarding this Request for Quote (RFQ), please contact Richard Harvey at 503-584-3773 or at email: richard.a.harvey5.mil@mail.mil. To ensure receipt of your quote, please send quote to CPT Richard Harvey SAM vendor registration is required. Please visit www.sam.gov. Step-by-step information on how to register is detailed on the website. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors must be actively 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 Center 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. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil Please review FAR clause 52.229-3 for any exemptions in Federal, State and Local Taxes and their applicability pertaining to your quote for this RFQ. PRICES QUOTED MUST BE VALID FOR 30 DAYS. PLEASE PRICE IN YOUR QUOTE INTO CLIN's 0001 and 0002 of this Solicitation (Under "Evaluation Factors (Technical)"). Attach separate documentation outlined in the Performance Work Statement (PWS) for technical evaluation as outlined in the PWS. FOB Destination TO: ORARNG 1776 Militia Way/PO Box 14350 Salem, Oregon 97309-5047 Please return this page and provide the following information. Contact Person: ________________________________________________________ E-mail Address: ________________________________________________________ Telephone: ____________________________________________________________ DUNS Number: _________________________________________ CAGE Code: ________________________________________ Federal Tax ID Number _____________________________________________ Requirements for your Quote Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with a total price at the bottom. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. You may also fill out the PDF version on FBO of the solicitation and send in by the closing due date and time. The award will only be made to an offeror that is all-inclusive of the requirements for this solicitation. 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. Period of Performance (POP): The POP is outlined in the PWS under this solicitation posting Basis for Award The Government will award one contract resulting from this solicitation in accordance with FAR 13.106 to the responsible offeror conforming to all requirements in this solicitation and quoting the lowest price offeror meeting all the requirements of the Selection Criteria outlined in the PWS. It is also required that you provide adequate technical documentation as required by the requirements of this solicitation to determine you are capable of providing the services needed. The awarded vendor will provide us with the documents listed below. This will be verified by a government representative that the person is technically acceptable before issuance of award. SELECTION CRITERIA The contractor must produce these documents along with their firm fixed priced quote in order to be considered for selection based on the following criteria, Please Place your technical certifications on a separate document entitled Performance Work Statement (Evaluation Factor Documents) along with your quote pricing listed in the bottom of this section. The price listed at the bottom of this section will be evaluated for price only: Period of Performance: This position for 1 year starting September 26th 2016 and ending September 25th 2017. Evaluation Factors (Technical) In order to meet the Technical Specifications, All quotes must provide documents that meet or exceed the below evaluation factors for meeting technical experience levels. Quotes that do not provide the below documentation can be excluded from award. 1. It is strongly desired that applicants have Bachelor's degree in a related social science degree or can demonstrate practical experience in the area(s) of expertise required by the technical specifications, as well as demonstrate capability in program/project coordination applications, with three years' experience. The Contractor shall have a minimum of 1 year practical experience in Youth Services. Applicant must show documentation to support this with their quote. 2. A National Agency Check with Inquiries (CNACI) is required, and a favorable completion of FBI fingerprint History Check must be completed. This is a required DoD mandate and must be provided, or quote will be excluded. 3. "Past Performance" Prime Vendor or sub-contracted vendor must show (2) Two but no more than (3) Three Jobs working with the government related in scope to this requirement as part of the Technical Evaluation Criteria. NOTE: Please provide pricing on the Solicitation form for CLIN 0001 1 JOB Youth Outreach Services Coordinator TOTAL tiny_mce_marker__________________ CLIN 0001 1 JOB Youth Outreach Services Coordinator TOTALtiny_mce_marker__________________ NOTE: Please provide pricing on the Solicitation form for CLIN 0002 1 JOB Travel 98 roundtrips ea. (Not To Exceed). CLIN 0002 Travel TOTAL tiny_mce_marker__________________ WAGE DETERMINATION: WD 05-2441 (Rev.-17) was first posted on www.wdol.gov on 01/05/2016 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2441 Daniel W. Simms Division of | Revision No.: 17 Director Wage Determinations| Date Of Revision: 12/29/2015 _______________________________________|____________________________________________ Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Service Contract Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ____________________________________________________________________________________ States: Oregon, Washington Area: Oregon Counties of Clackamas, Clatsop, Columbia, Gilliam, Hood River, Marion, Multnomah, Polk, Sherman, Tillamook, Wasco, Washington, Yamhill Washington Counties of Clark, Cowlitz, Klickitat, Pacific, Skamania, Wahkiakum ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE/RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 13.89 01012 - Accounting Clerk II 15.62 01013 - Accounting Clerk III 19.91 01020 - Administrative Assistant 21.67 01040 - Court Reporter 19.88 01051 - Data Entry Operator I 13.02 01052 - Data Entry Operator II 14.28 01060 - Dispatcher, Motor Vehicle 19.88 01070 - Document Preparation Clerk 13.75 01090 - Duplicating Machine Operator 13.75 01111 - General Clerk I 12.67 01112 - General Clerk II 13.82 01113 - General Clerk III 17.33 01120 - Housing Referral Assistant 20.42 01141 - Messenger Courier 14.12 01191 - Order Clerk I 13.02 01192 - Order Clerk II 15.03 01261 - Personnel Assistant (Employment) I 15.71 01262 - Personnel Assistant (Employment) II 19.59 01263 - Personnel Assistant (Employment) III 20.55 01270 - Production Control Clerk 20.55 01280 - Receptionist 14.41 01290 - Rental Clerk 15.98 01300 - Scheduler, Maintenance 16.38 01311 - Secretary I 16.38 01312 - Secretary II 18.32 01313 - Secretary III 20.42 01320 - Service Order Dispatcher 17.40 01410 - Supply Technician 22.62 01420 - Survey Worker 19.88 01531 - Travel Clerk I 13.44 01532 - Travel Clerk II 16.64 01533 - Travel Clerk III 15.76 01611 - Word Processor I 14.12 01612 - Word Processor II 15.86 01613 - Word Processor III 19.59 12000 - Health Occupations 12010 - Ambulance Driver 19.04 12011 - Breath Alcohol Technician 19.04 12012 - Certified Occupational Therapist Assistant 22.53 12015 - Certified Physical Therapist Assistant 21.98 12020 - Dental Assistant 17.72 12025 - Dental Hygienist 36.69 12030 - EKG Technician 29.65 12035 - Electroneurodiagnostic Technologist 29.65 12040 - Emergency Medical Technician 19.04 12071 - Licensed Practical Nurse I 18.73 12072 - Licensed Practical Nurse II 20.94 12073 - Licensed Practical Nurse III 23.38 12100 - Medical Assistant 15.18 12130 - Medical Laboratory Technician 18.73 12160 - Medical Record Clerk 14.32 12190 - Medical Record Technician 16.02 12195 - Medical Transcriptionist 18.16 12210 - Nuclear Medicine Technologist 38.09 12221 - Nursing Assistant I 9.41 12222 - Nursing Assistant II 10.57 12223 - Nursing Assistant III 11.53 12224 - Nursing Assistant IV 12.95 12235 - Optical Dispenser 17.51 12236 - Optical Technician 15.09 12250 - Pharmacy Technician 15.54 12280 - Phlebotomist 12.95 12305 - Radiologic Technologist 30.05 12311 - Registered Nurse I 29.04 12312 - Registered Nurse II 35.53 12313 - Registered Nurse II, Specialist 35.53 12314 - Registered Nurse III 42.99 12315 - Registered Nurse III, Anesthetist 42.99 12316 - Registered Nurse IV 51.52 12317 - Scheduler (Drug and Alcohol Testing) 24.30 24000 - Personal Needs Occupations 24570 - Child Care Attendant 10.95 24580 - Child Care Center Clerk 14.34 24610 - Chore Aide 10.83 24620 - Family Readiness And Support Services 14.01 Coordinator ______________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.27 per hour or $170.80 per week or $740.13 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174) Provisions and Clauses NOTE: These are Required Informal Solicitation provisions and clauses, additional ones may be added at award pertaining to the individual contract. 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership of Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219.28 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-41 52.222-42 52.222-55 52.223-5 Pollution Prevention and Right to Know Information 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.228-5 Insurance-Work on a Government Installation 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 52.243-1 Changes--Fixed Price 252.203-7000 Requirements relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7996 (DEV) Prohibition on Contracting with Entities the Require Certain Internal Confidentiality Agreements - Representation 252.203-7997 (DEV) Prohibition on Contracting with Entities the Require Certain Internal Confidentiality Agreements 252.204-7004 ALT A System for Award Management 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7035 Alt I Buy American-Free Trade Agreements-Balance of Payments Program Certificate 252.225-7036 Alt I Buy American-Free Trade Agreements- Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies By Sea This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Offerors can submit their proposal any time before the due date and time to: Richard Harvey at Richard.a.harvey5.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/10896167/listing.html)
- Place of Performance
- Address: Salem, Oregon, 97301, United States
- Zip Code: 97301
- Zip Code: 97301
- Record
- SN04187984-W 20160721/160719234946-efd094bbf5fede49acfbba610408e5c0 (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 |