|
COMMERCE BUSINESS DAILY ISSUE OF JULY 2,1998 PSA#2129Operational Contracting Office, 8110 Industrial Dr., Suite 200, USAF
Academy, CO 80840-2315 G -- NON-PERSONAL SERVICES: PERSONAL FINANCIAL MANAGEMENT PROGRAM
MANAGER SOL F0561198R0018 DUE 080398 POC TSGT Ron Hixson, 719/333-2570,
or CO Mr. Bruce Taylor, 719/333-2869 E-MAIL: Click here to contact the
Contract Specialist by e-mail, hixsonrr@lg@usafa.af.mil">hixsonrr@lg@usafa.af.mil. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR 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. This solicitation is issued
as a Request For Proposal (RFP), solicitation number F0561198R0018.
This solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-3. The
Standard Industrial Classification Number is 8399 and the business size
standard is $5 million. The proposed purchase order is Set Aside for
Small Business Concerns. Women owned small businesses are encouraged to
submit proposals. The Air Force Academy intends to contract for
non-personal services to furnish education, information and counseling
services under the Personal Financial Management Program (PFMP). The
program makes eligible clients better-informed and educated consumers
and managers of their personal finances. The contractor shall provide
technical financial counseling services to eligible clients, including,
but not limited to: analysis of personal financial problem areas;
budgeting; checkbook management; formulation of debt reduction plans;
estate planning; tax strategies; evaluating insurance options; credit
usage; consumer protection information; assistance in applying for food
stamps; and comparative shopping. Performance may occasionally be at
other locations on the Base, but normally in office space furnished by
the Government at the Family Support Center (FSC.) The contractor may
be scheduled for US Air Force approved training, meetings and/or
conferences. Travel, per diem and registration fees, when in accordance
with USAF directives, is authorized and will be reimbursed when
contractor has been placed on official orders. Performance period will
be 30 hours per week, during normal operating hours of the FSC, with
specific hours negotiated between the contractor and the FSC Director,
during the period 1 OCTOBER 98 through 30 SEPTEMBER 99, for a total of
12 months. Every contractor employee providing PFMP services must have
the following qualifications: at least 2 years of college study or
experience in the following fields or related areas: accounting,
business administration, economics, financial management/planning, or
documented related areas; at least 1 year experience in teaching or
working with adults in the areas of accounting, business, financial
management, consumer affairs, or related areas; familiarity with adult
lifestyles and the impact of military service upon individuals and
family members; completion of training or experience in the preparation
of Federal and state income tax returns, and the ability to inform and
educate clients about the impact of tax laws on their financial
decisions; and exhibit proficiency in expressing ideas and concepts,
orally and written, to the entire spectrum of the client population,
and proficiency inthe operation of MS Office, Windows 3.1, and the
appropriate PFMP related software. Contractor proposals must include
evidence of these qualifications. LINE ITEM 0001: Basic Period:
Quantity: 12 months (mo). Unit Price: $______ per month. Extended
Amount: $______. LINE ITEM 0002: First Option Period: Quantity: 12
months (mo). Unit Price: $______ per month. Extended Amount: $______.
LINE ITEM 0003: Second Option Period: Quantity: 12 months (mo). Unit
Price: $______ per month. Extended Amount: $______. Total for Three
years: $________. Services to be performed at the USAF Academy Family
Support Center, BLDG 6248, USAF Academy, CO 80840 (F.O.B. destination).
ALERT: Vendors are STRONGLY encouraged to use the Standard Form 1449 as
the first page of their offer/quote/bid and completely provide the
requested data for all blocks. If you choose NOT to use the Standard
Form 1449, you are cautioned to complete and provide with your written
offer/quote/bid all the data requested by FAR 52.212-1. Failure to do
so may render your offer/quote/bid as non-responsive and may eliminate
you from consideration for award. The clause at 52.212-1 applies to
this solicitation; however, no addenda applies to 52.212-1. The
provision at 52.212-2 Evaluation -- Commercial Items applies to this
acquisition with all offers being evaluated against the following
factors in the descending order of importance: 1) Technical capability
to perform financial counseling (possess 3 years experience performing
similar counseling), 2) Price, 3) Relevant professional or academic
qualifications (coursework in accounting or finance, certification as
a financial planner of financial counselor), and 4) Past performance.
Technical capability and relevant professional or academic
qualifications shall be evaluated to determine if the credentials
offered meet the specifications set forth in this solicitation.
Technical capability, relevant professional or academic qualifications,
and past performance will be rated using the following system: 1) Does
not meetthe standard (-); (2) meets the standard (0); and 3) Exceeds
the standard (+). Past performance will be evaluated to determine if
the offeror has supplied similar services, with similar terms, within
the past five years. Offerors must provide with the proposal at least
two (2) references to illustrate this past performance for the purpose
of evaluation. Price will be evaluated for fairness, reasonableness,
and completeness as it relates to the services offered. Award will be
made based on best value to the Government. The offeror who has the
best combination of + and 0 signs on the evaluation scoring and is
considered to be most advantageous including price to the Government
will be considered the apparent awardee. Offers shall include a
completed copy of the provision at 52.212-3, Offeror Representations
and Certifications -- Commercial Items, with its offer. The clause
52.212-4, Contract Terms and Conditions -- Commercial Items, the clause
at 52.212-5, Contract Terms and Conditions Required To Implement
Statutes or Executive Orders -- Commercial Items applies to this
acquisition. Additional FAR clauses cited in the clause applicable to
this acquisition are: (b)6,7,8,9. Offers must be received NLT 3:00 pm
Mountain Standard Time, 3 AUGUST 1998 at Operational Contracting
Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315.
Fax'ed offers must be received NLT 3:00 pm Mountain Standard Time, 3
AUGUST 1998 at 719/333-4404. The Government shall have the unilateral
right to extend the contract for one additional year, 1 October 99
through 30 September 2000, at the end of the base performance period.
The Government shall also have the unilateral right to extend the
contract for a second one-year option, 1 October 2000 through 30
September 2001, at the end of the first option performance period. TSGT
Ron Hixson (719)333-2570, or Mr. Bruce Taylor (719)333-2869 may be
contacted for information regarding this solicitation. Posted 06/30/98
(0181) Loren Data Corp. http://www.ld.com (SYN# 0033 19980702\G-0002.SOL)
G - Social Services Index Page
|
|