MODIFICATION
R -- AmeriCorps National Civilian Community Corps Recruitment Support Services - Statement of Objectives Attachment and Attachment 1 CNCS Office of Information Technology (OIT) Contract Language Version 1
- Notice Date
- 9/12/2018
- 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
- 95332A18T0052
- Archive Date
- 10/3/2018
- Point of Contact
- Michelle C. Morelli, Phone: 2026063229, Rachelle Vaughan,
- E-Mail Address
-
mmorelli@cns.gov, rvaughan@cns.gov
(mmorelli@cns.gov, rvaughan@cns.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 CNCS Office of Information Technology (OIT) Contract Language Version 1 Statement of Objectives Attachment COMBINED SYNOPSIS / SOLICITATION (i)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. (ii)The solicitation number is (RFQ) 95332A18T0052 and the solicitation is issued as an Request for Quotation (RFQ) This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, dated August 22, 2018. (iv)The associated NAICS code 541611 and the small business size standard $15 million. This requirement is the full and open with no set-aside restrictions. (v)he Contractor shall provide recruitment support services to the AmeriCorps National Civilian Community Corps. Refer to attached "Statement of Objectives Attachment" for Request for Quotation (RFQ) requirements. (vi)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. (vii)Period of performance is 12 months date of award, with four (4), 12-month options. The place of performance shall be off-site at the Contractor facility. (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Refer to attached "Statement of Objectives Attachment" for evaluation criteria and methodology. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiii)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." Questions must be received by September 13, 2018 at 1 pm Eastern Standard Time. Responses must be received by September 18, 2018 at 6 pm Eastern Standard Time. Questions and responses must reference 95332A18T0052 and be submitted electronically to Michelle Morelli, Contract Administrator at mmorelli@cns.gov and Rachelle Vaughan, Contracting Officer at rvaughan@cns.gov Fax responses will not be accepted. (xv)The name and email of the individual to contact for information regarding the solicitation: Michelle Morelli/mmorelli@cns.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/95332A18T0052/listing.html)
- Record
- SN05086437-W 20180914/180912231331-aee94f12b59a7539169b9410f14ff70b (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 |