COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 25, 2001 PSA #2943
SOLICITATIONS
R -- TECHNICAL CONSULTING SUPPORT SERVICES
- Notice Date
- September 21, 2001
- Contracting Office
- U.S. Department of Justice, Procurement Services Staff, National Place, Suite 1040, 1331 Pennsylvania Avenue, NW, Washington, DC 20530
- ZIP Code
- 20530
- Solicitation Number
- DOJ-SAS-2-E-025
- Response Due
- October 1, 2001
- Point of Contact
- Brenda Rogers, Contracting Officer, 202/307-1951
- Description
- The Department of Justice intends to procure the services of a firm that can provide emergency child care services for DOJ employees, for the Department of Justice Worklife Program Management Office, JMD/Personnel Staff, located in Washington D.C. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The North American Industrial Classification System (NAICS) code for this procurement is 624410 with a small business size standard of $5 million. This is a 100% set-aside for small businesses. STATEMENT OF WORK I. PURPOSE The purpose of this service is to provide DOJ employees with another option for the care of their children in the event of a disruption in their primary day care arrangements. The service will ensure a safe, secure, and caring environment for the children which will help employees to continue to work without concern for their child's welfare. II. SCOPE The Contractor shall provide emergency child care services to DOJ employees who are on assignment to DOJ organizations in the Washington Metropolitan area, as defined in Section III below. III. SPECIFIC REQUIREMENTS -The child care center (the center) shall provide emergency care when regular child care arrangements are not available, for example: when the regular caregiver is ill or on vacation, the regular center is closed, or on snow days, holidays, and weekends. The service shall not be used as a regular back up child care arrangement for employees who frequently and consistently have disruptions in their primary day care services. -The center shall provide a safe and secure environment in compliance with all Federal laws and regulations and local licensing regulations, governing their operation. There shall be a particular emphasis on always maintaining proper staff to child ratio's for all age groups cared for. -The center shall provide care for children ages 8 weeks to 12 years old, on an "as available" basis, 5 days per week Monday through Friday. Exceptions for holidays such as New Year's Day, Memorial Day, July Fourth, Labor Day, Thanksgiving Day, and Christmas Day are acceptable. The hours of operations must be consistent with the typical work schedule of employees, i.e., opening no later than 8:00 a.m. and closing no earlier than 6:00 p.m. -The location must be within reasonable walking distance to the Main Justice Building which is located at 950 Pennsylvania Avenue NW, Washington DC. -The staff shall have formal training in the care of young children with specific experience in group day care environments. -The center shall provide the Department with monthly usage reports annotated with information on any special programs offered by the center, any significant problems that have occurred in their dealings with DOJ employees and their children, and other information deemed necessary by the contractor and/or Government. -The contractor shall ensure the Department's ability to purchase spaces in the center and secure a priority for use by Department employees. The contractor shall in addition, ensure a low cost, user fee to Department employees of approximately $25.00 per day, per child. IV. ADDITIONAL REQUIREMENT In accordance with Title 48 -- Federal Acquisition Regulations (FAR), Part 37 -- Service Contracting, Subpart 37.103(d), Contracts for child care services must include requirements for criminal history background checks on employees who will perform child care services under the contract in accordance with 42 U.S.C. 13041, as amended, and agency procedures. V. PRICING The Contractor shall provide pricing for three (3) slots entitling the DOJ, 390 uses for emergency child care services for DOJ employees. FAR CLAUSES FAR 52.252-2 Clauses incorporated by Reference (JUN 88) The following FAR Clauses apply to this solicitation and the resultant contract, and are incorporated by reference with the same force and effect as if they were given in full text. 52.211-11 Liquidated Damages-Supplies, Services, or Research and Development (Aug 84) 52.213-4 Terms and Conditions Simplified Acquisitions (Other Than Commercial Items) (Fixed-Price)(Short Form)(Apr 84) 52.219-6 Notice of Total Small Business Set-Aside (Jul 96) 52.222-21 Prohibition of Segregated Facilities (Feb 99) 52.222-26 Equal Opportunity (Feb 99) 52.222-35 Affirmative Action for Disables Veterans and Veterans of the Vietnam Era (Apr 98) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 98) 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 99) 52.232-18 Availability of Funds (Apr 84) 52.232-23 Assignment of Claims (Jan 86) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 99) 52.232-34 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 99) 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (May 99) (c) Designated Office: U.S. Department of Justice, FDSS, 600 E Street NW, Room 4045, Washington DC 20530-0001 52.232-36 Payment by Third Party (May 99) 52.232-37 Multiple Payment Arrangements (May 99) 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 99) 52.243-1 Changes-Fixed Price (Alternate 1) (Apr 84) 52.249-1 Termination for Convenience of the Government (Fixed-Price)(Short Form)(Apr 84) FAR CLAUSES THAT CONTRACTOR SHALL COMPLETE AND SUBMIT WITH IT'S PROPOSAL (NOTE: These clauses may be copied at www.arnet.gov/far and printed out): 52.204-3 Tax Identification Number (OCT 98) -- Please indicate your Tax Identification Number (TIN)____________________ 52.204-6 Contractor Identification Number (APR 98) -- Please indicate your Contractor Identification Number (DUNS)___________________ FAR 52.219-1 Small Business Representation (OCT 00) -- Complete if the estimated dollar value of the purchase exceeds the micro-purchase threshold ($2,500) and the contractor will perform the contract inside the United States, its territories or possessions, Puerto Rico, the Trust Territory of the Pacific Islands, or the District of Columbia. The North American Industry Classification System (NAICS) code for this acquisition is 624410. The small business size standard is $5 million. The offeror represents as part of its offer that it is ______, or is not ______ a small business concern. 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that- (a) It ____ has, ____ has not participated in a previous contract or subcontract subject the Equal Opportunity clause of this solicitation; (b) It ____ has, ____ has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. 52.222-25 Affirmative Action Compliance (Apr 1984) The offeror represents that- (a) It ____ has developed and has on file, ____ has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 601 and 602); or (b) It ____ has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. The Government intends to award a firm-fixed price contract, using Simplified Acquisition Procedures (FAR Part 13), resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation, represents the best value to the Government, and other factors considered such as price and the ability to perform in accordance with the Statement of Work. Period of performance will be from date of award through September 30, 2002. Firms wishing to respond to this solicitation should provide this office with (a) Your written proposal signed by a responsible company representative (b) the FAR clauses that should accompany your written proposal to the attention of Brenda Rogers, Contracting Officer (DOJ-SAS-2-E-025), U.S. Department of Justice, 1331 Pennsylvania Avenue NW, Suite 1040, Washington, DC. 20530 no later than 5:30 p.m., October 1, 2001. ANY questions concerning this solicitation must be submitted in writing. No telephonic responses will be processed. Questions should be faxed to Brenda Rogers, Fax (202) 307-1931. The offeror is responsible for confirming that the Government received all proposals submitted.*****
- Record
- Loren Data Corp. 20010925/RSOL010.HTM (W-264 SN50Y465)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on September 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|