Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2018 FBO #6109
MODIFICATION

R -- AmeriCorps National Civilian Community Corps (NCCC) Recruitment Support Services

Notice Date
8/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Corporation for National and Community Service, Procurement, Office of Procurement Services, 250 E Street, SW, Suite 300, Washington, District of Columbia, 20525, United States
 
ZIP Code
20525
 
Solicitation Number
CNSHQ18SS0009
 
Archive Date
8/30/2018
 
Point of Contact
Stacey M Polk, Phone: 2026066982, Michelle Morelli, Phone: 202-606-6229
 
E-Mail Address
spolk@cns.gov, mmorelli@cns.gov
(spolk@cns.gov, mmorelli@cns.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: The Corporation for National and Community Service (CNCS) is a federal agency whose mission is to improve lives, strengthen communities, and foster civic engagement through service and volunteering. AmeriCorps National Civilian Community Corps (NCCC) is a ten month, full-time, team-based residential national service program for young men and women ages 18-24. The specific mission of AmeriCorps NCCC is to strengthen communities and develop leaders through direct team-based national and community service. AmeriCorps NCCC has four regional campuses located in Sacramento, California; Vicksburg, Mississippi; Aurora, Colorado and Vinton, Iowa, and members complete service projects in all 50 states and the U.S. territories in partnership with nonprofit organizations, state and local agencies, and community and faith-based groups. AmeriCorps NCCC maintains two programs, Traditional NCCC and Federal Emergency Management Agency (FEMA) Corps. Traditional NCCC is a program where members perform a variety of service projects, such as leading youth development activities, constructing and rehabilitating low-income housing, performing environmental clean-up, helping communities develop emergency plans, and addressing other pressing local needs. FEMA Corps members deploy to different project sites and serve to support FEMA in various capacities in areas such as disaster preparedness, mitigation, response and recovery. Project settings may include active disaster areas, recovery sites, and FEMA regional offices. AmeriCorps NCCC is seeking to increase the number of applicants for the Traditional NCCC and FEMA Corps programs by acquiring a list of recruitment leads that are eligible to apply to either program and become members. Purpose and Objectives: AmeriCorps NCCC's overall objective is to obtain 75,000 recruitment leads per year that will result in 10,715 eligible program applications and 1,500 new members. A recruitment lead is considered a 17-26 year old that has received an approved AmeriCorps NCCC recruitment presentation in a large or small group or one-on-one conversation that provides an overview of the programs, length of service, benefits and eligibility and application information. An eligible program application is one that is completed and submitted to an AmeriCorps NCCC position in the My AmeriCorps Portal. AmeriCorps NCCC requires status reviews and analyses to measure the success of the recruitment activities. Also, AmeriCorps NCCC requires a Contractor to engage with individuals, also known as gatekeepers, who work with populations of 17-26 year olds such as guidance counselors, principals, Job Corps Center staff, current and former AmeriCorps members, and community leaders. Project requirements: Contractor shall compile a list of 75,000 recruitment leads annually, that includes the following information for each recruitment lead: • First name • Last name • Phone Number • Zip Code • Email address • Education (optional) • Gender (optional) • Ethnicity (optional) The recruitment leads quarterly targets are: Quarter 1 (Oct. - Dec.): 15,000 Quarter 2 (Jan - March): 25,000 Quarter 3 (April - June): 20,000 Quarter 4 (July - Sept.): 15,000 Contractor recruitment leads shall result in 10,715 annual eligible program applications. Contractor shall outline a comprehensive plan that includes recruitment strategies employed and frequency of communication on recruitment lead progress to AmeriCorps NCCC. Contractor shall engage and inform gatekeepers about AmeriCorps NCCC new recruitment and program activities as well as program application deadlines. Contractor shall analyze and measure success of recruitment activities that generate recruitment leads and eligible program applications. Contractor shall draft a Performance Work Statement (PWS) and Quality Control Plan (QCP) which describes in sufficient detail the capability to successfully provide all management, labor, travel, materials, and applicable equipment to perform all of the necessary services under the resultant contract award in an orderly, timely and efficient manner. Contractor is free to propose alternative strategies not mentioned by the Government that may aid in achieving or excelling the stated requirements and performance objectives. The Contractor is expected to utilize specialized expertise available in the industry and commercial business practices and is encouraged to clearly convey these facets in their response to the solicitation. Contractor shall possess and convey the expertise and experience in developing a PWS, corresponding technical and price proposal, and QCP that fully supports the performance objectives. Contractor shall include in the PWS and QCP their approach to comply with CNCS cybersecurity and privacy policies. Contractor shall include in the PWS their proposed plan to obtain recruitment leads and eligible program applications. Contractor shall propose their strategy such as giving presentations on the AmeriCorps NCCC program at schools, colleges, universities, career fairs, conferences, community organizations, or other similar types of groups. Contractor approach to increase recruitment leads of diverse populations shall be included in the PWS and QCP. Anticipated period of performance: The anticipated period of performance is 12-months from date of award, with four (4), 12-month options. Other important considerations: Contract Type: A fixed price incentive contract with performance incentives is anticipated. Contractor will be paid per recruitment lead and provided an annual incentive based on the total number of eligible program applications received by the Government. Capability statement /information sought. Contractor that believes they posses the ability to provide the required recruitment services should submit a capability statement that their ability to meet each of the project objectives that includes: The Contractor shall directly and specifically state, in the capabilities statement, which project requirements can be meet. Contractor shall include staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; and (d) examples of prior completed Government contracts, references, and other related information. The respondent shall also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and shall be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted shall be in an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to five (5) pages. The 5-page limit does not include the cover page, executive summary, or references. The response shall include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice shall be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response shall be submitted to Michelle C. Morelli, Contract Administrator at e-mail address mmorelli@cns.gov and Stacey Polk, Contracting Officer, spolk@cns.gov. The response shall be received on or before August 15, 2018 at 4 pm, Eastern Time. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ18SS0009/listing.html)
 
Record
SN05035231-W 20180815/180813231713-5489169ee9956dc1c706ab59fe7cd56b (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.