SOLICITATION NOTICE
G -- Army Community Service/Family Advocacy Program (ACS/FAP)
- Notice Date
- 8/27/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, North Region Contracting Center - Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
- ZIP Code
- 66027-1417
- Solicitation Number
- DABJ0103Q0031
- Response Due
- 9/23/2003
- Archive Date
- 11/22/2003
- Point of Contact
- Christy Herbig, 913-684-1625
- E-Mail Address
-
Email your questions to ACA, North Region Contracting Center - Fort Leavenworth
(christy.herbig@leavenworth.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA THIS IS COMBINED SYNOPSIS/SOLICITATION FOR OTHER THAN COMMERCIAL SERVICES. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. ***This solicitation, DABJ01-03-Q-0031, is issued as a Request for Quotation (RFQ), 100% Set-Aside for Small Business. The solicitation document and corporate provisions and clauses are those in effect through Federal Acquisition Circular 2001-08 and DFARS Change Notice 20020531. The associated NAICS code is 624190 and small business set-aside size standard applicable to this procurement is $6.0M. This acquisition is a Total Small Business Set-Aside. ***The Directorate of Contracting (DOC), Ft. Leavenworth, KS has a requirement within Army Community Service/Family Advocacy Program (ACS/FAP) with specific requirements to prov ide community resources and family networking in area of identification, prevention and awareness of domestic violence as well as identifying potential at risk family issues and concerns. Additional information may be obtained by email from christy.herbig@ leavenworth.army.mil. Offerors shall submit quotes based on scope of work given. The Contracting Officer will evaluate on the basis of information furnished by the officer or identified in the offer and reasonably available to the Contracting Officer in a ccordance with FAR 52.215-1. The Government anticipates award of a Firm Fixed Labor Hour Contract. The offerors should submit with their quotation: (1) Resume, Past Performance and Price for service to be performed, proposed unit cost, total unit cost; (2 ) Supporting information for proposed functional, or service characteristics specified above; (3) Contractor??????s Duns and Bradstreet (DUNS) number; (4) Contractor??????s Cage Code; and (5) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. The following provisions and clauses apply to this acquisition/solicitation: FAR 52.202-1 Definitions; FAR 52.203-3 Gratuities; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.204-3 Taxpay er ID; FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper; FAR 52.204-6 Data Universal Numbering System (DUNS) Number; FAR 52.211-11 Liquated Damages; FAR 52.211-13 Time Extensions; FAR 52.211-14 Notice of Priority rating for National Defense Us e; FAR 52.213-4 Terms & conditions simplified acquisition (other than commercial); FAR 52.214-34 Submission of offers in English language; FAR 52.214-35 Submission of offers in US Currency; FAR 52.215-8 Order of Precedence Uniform Contract Format; FAR 52. 216-1 Type of Contract Labor Hour Contract; FAR 52.217-5 Evaluation of Options; Local clause 52.217-4007 contractor certification; Local clause 52.217-4017 Basis of award, Past performance, Resume, and Price; Local clause 52.217-4015 Telegraphic offers; L ocal clause 52.217-4018; Local clause 52.217-4020; Local clause 52.217-4035 Responsibility for admin; Local clause 52.217-4068 Wage determination; Local clause 52.217-4516 Ordering officers; Local clause 52.217-4516 legal public Holidays; FAR 52.52.217-8 O ption to extend service; FAR 52.217-9 Option to extend the term of contract; FAR 52.219-1 Small Business program representation; FAR 52.219-6 Notice of Small Business set-aside; FAR 52.222-1 Notice to the Government of Labor Disputes; FAR 52.222-23 Notice of requirement for affirmative action to ensure equal employment; FAR 52.222-25 Affirmative Action compliance; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act- Price adjustment (Multiple Year and Option); FAR 52.222-48 Statement of equival ent rates for federal hires; FAR 52.222-41, Service Contract Act of 1965: Wage Determination No: 94-2307 REV (23) AREA: MO, KANSAS CITY dated May 29, 2002 may be obtain by e-mail from christy.herbig@leavenworth.army.mil. FAR 52.223-6 Drug Free Workplace; F AR 52.224-1 Privacy Act Notification; FAR 52.224-2 Privacy Act; FAR 52.227-1 Authori zation and Consent; FAR 52.227-3 Patent Indemnity; far 52.232-7 Alt II Payments Under Time-And- Materials and Labor Hour Contracts Alt II; FAR 52.232-18 Availability of Funds; FAR 52.232-23 Assignment Of Claims; FAR 52.233-1 Alt I Disputes Alternate I; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.237-3 Continuity Of Service; FAR 52.239-1 Privacy or Security Safeguards; FAR 52.243-3 Changes Time And Material or Labor Hours; FAR 52.245-5 Government Property (Cost-Reimburs ement Time And Material or Labor Hour Contracts); FAR 52.246-25 Limitation of Liability Services; DFARS 252.204-7003 Control of Government Personal Work Product; DFAR 252.225-7001 Buy American Act And Balance of Payments Program; DFAR 252.243-7001 Pricing of Contract Modifications; DFARS 252.204-7004, Required Central Contractor??????s Registration ; DFARS 252.204-7001, Commercial And Government Entity (GAGE) Code Reporting; DFARS 252.247-7006 Removal of Contractor??????s Employees; DFARS 252.247-7007 Liabi lity and Insurance; DFARS 252.247-7024, Notification Of Transportation Supplies by Sea. Local Clause Definitions may be obtained by contacting one of the individuals below. All interested, responsible firms should submit quotes (Original Plus Two Copies of Quote and Enclosures) no later than 2:00 P.M. (CST), 23 Sep 03, to the following address: Attn: Christy Herbig, Directorate of Contracting, 600 Thomas Avenue Unit 3, Ft. Leavenworth, KS 66027-1417. Questions in regards to this quotation should be dire cted to Christy M. Herbig, (913) 684-1625, email addresses are christy.herbig@leavenworth.army.mil, or Alternate point of contact is Kara Dixon at 913-684-1628, e-mail kara.dixon@leavenworth.army.mil. Faxed quotes will NOT be accepted. Copies of above ref erence clauses are available at http://web1.deskbook.osd.mil/htmlfiles/rlcats.asp. Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. Offerors are encouraged to use the Standard Form 18, Request for Quote form found at http://procure.arc.nasa.gov for use in preparation of quotation for submission. Contractors must be registered in the Central Contractor??????s Registration database (www.ccr.gov) prior to the award of any Government Con tract. The scope of work is as follows: 1. TITLE: ACS/Family Advocacy/Parent to Parent Service Providers and Trainers. 2. SCOPE OF WORK: The contractor, upon notification of contract award, shall supply the necessary services to accomplish the tasks outlined in the following paragraphs. Th e Government will furnish the required office space, expendable supplies; computer needs, training materials and when necessary additional government training required to stay current with new service requirements. Any additional training needs, childcare , personal expendable supplies or other operating expenses will be the responsibility of the contractor. a. TASK 1: Provide Family Advocacy services to military families who have been identified as High-Risk for abuse or are in crisis and needing support. (1) Contractor will provide advocacy services to families identified by the Case Review Committee (CRC), Social Work Services (SWS), or self- identified as needing assistance in child development and parent/child communication. (2) Home and/or office visi ts will be made on a scheduled basis by the contractor to high-risk families despite the method of referral. The objective is to assist parents improve coping and decision-making skills. Contractor serves as advocate, role model and information and refe rral resource. Closure on all cases will be coordinated with the FAPM. (3) Services will be referred through the Army Community Service /Family Advocacy Program Manager (ACS/FAPM). The FAPM will provide guidance, referral requirements, and monitor casel oads. b. TASK 2: New Baby Program is targeted toward new or first time parents, services are available to all parent s from pregnancy through the time your child is 3 years old. The program is designed to strengthen parent's knowledge and skills so that they can then provide environments where their children can thrive. The program also seeks to reduce stressors that can increase the risk of child abuse and neglect. (1) Home visits to expectant or the contractor will make home visits to parents of newborn babies on a scheduled basis. The objective is to assist parents improve coping and decision-making skills. Contracto r serves as advocate, role model and information and referral resource. Closure on all cases will be coordinated with the FAPM. Appropriate time on individual cases will be followed. (2) Contractor will provide Welcome Baby visits to all new military par ents. Visits will be made at Cushing, Providence, St. Luke??????s Northland and St. Johns hospitals. The objective is to reach out to new and young families to enhance parent and infant attachment; to increase parent knowledge of child development; and, to provide connections to information and support services that allow parents to become nurturing and capable caregivers. (3) Contractor will provide educational services to expectant Parents including distributing CDC information - safety, stress manageme nt, discipline, developmental stages, and parenting issues. (4) Contractor will parent education services and programs to parents of children of all ages; a primary focus is on children up to three years old. (5) Contractor will provide services to the exp ectant sibling including classes, workshops and information for children expecting a new baby brother or sister. (6) Contractor will develop a column on new babies in the Quarterly PTP Newsletter for parents. (7) Contractor will provide new parent classes and/or workshops for parents of newborns. Covers newborn care and child development. PTP may coordinate some sessions with Community Health Nurse at Munson Army Health Center. (8) Contractor will provide information and referral services to new parents in cluding Parents As Teachers and Nurturing Families Programs (providing early intervention services for families with young children birth to three years old). c. TASK 3: Parent Education and Support Program involves education that is designed to enhance parenting and child management skills. (1) Contractor will provide parent education and support programs to assist in the parents development of skills in physical care, protection, supervision and nurturing appropriate to the child??????s age and stage o f development with an emphasis on appropriate child rearing practice, age appropriate play, stress management, anger control, and building self-esteem in young children. (2) Contractor will provide education and support programs to assist parents' understa nding of their roles as parents, to enhance the parent-child attachment and to provide role models and assistance in the form of home visits. (3) Contractor will education and support in parenting skill development, information-sharing opportunities which enhance the parents?????? ability to interact more effectively with their children and create and maintain a safe home environment in which self-esteem and learning are encouraged. (4) Contractor will provide in-home, office and/or support group services t o new parents. This includes education on parenting skills, managing and defining the parenting role, Mother, Dad and Baby??????s needs during and after pregnancy, education on development and care of the baby and social support of the new parents. (5) Co ntractor will provide in-home, office and/or support group services to pregnant teens. This will include coping with adolescent pregnancy and parenting for young mothers. (6) Contractor will provide support for active duty and DOD civilian single parents. This support can be by home or office visits and/or workshops. Focus of the services will include information and discussion on getting control, family care pl ans, parenting and legal information. (7) Contractor will provide safety education to parents, teachers, caregivers, concerned adults in the community, and children. (8) Contractor will initiate and provide the S.A.F.E. Network??????s Personal Safety Train ing Program. (9) Contractor will offer specialized programs in home, office and/or workshops to Fathers. Fathers often have little exposure to paternal role models, few social opportunities to prepare for fatherhood. There are limited institutional support s for the parental role, and a lack of father-child interactions that are obligatory e.g. mother roles. This lack of preparation and parenting support limits the options open to fathers as they determine the amount and type of involvement they will have wi th their children. The Army has recognized and understood the shortfall; therefore, it has developed programs to assist fathers with or without partners. (10) Contractor will provide weekly Play Groups which are informative, fun-filled get-together for par ents and tots. (11) Contractor will provide monthly playgroups specifically designed for fathers and tots. (12) Contractor will identify, coordinate and maintain thru formal and informal cooperative arrangements with other human service agencies in the civ ilian and military communities to provide on/off post resources and programs to meet the needs of our military families. Formal Memorandum??????s of Agreement will be formulated, initiated and coordinated by the FAPM for these agencies and services. (13) Contractor will serve as a Unit Support Service Coordinator for various installation units to provide informational and referral services as they relate to ACS/FAP Parenting services. Services will include serving as the initial point of contact for Comp any Commanders in meeting the needs of their soldiers and family members on parenting issues. Contractor will learn about all the available services offered through ACS and post activities in order to appropriately coordinate needed services. d. TASK 4: Support duties of Parent-to-Parent Programs. (1) Contractor will submit statistical reports to the FAPM at the end of each month detailing activity level. The data required will match the ACS Annual Report format. The Contractor will provide names of cli ents to FAPM prior to bi-monthly Case Review Committee Meetings. (2) Contractor will develop a resource manual for use by commanders, social service agencies and family members. (3) Contractor will submit weekly updates in writing to the FAPM on program up dates and needs. Updates will include caseload status, outline of scheduled events, and requirements for supplies and materials needed to complete job tasks. (4) Contractor will attend scheduled coordination meetings including, but not limited to, monthl y reviews, weekly update sessions, and ACS staff meetings. (5) Contractor will process all written documentation (i.e. correspondence, lectures, class training and lesson plans) through the FAPM. (6) Contractor will provide to FAPM all requested data, poli cies, and other materials required for ACS Accreditation, budgeting, and other administrative requests for the parent-to-parent program. (7) Contractor will submit monthly invoices for services provided by the end of each month to The Directorate of Contra cting. Hours required to provide these services will not exceed 40 hours. While some services will occur during evening hours, most services are expected to occur between the hours of 0730 to 1630 Monday-Friday.
- Place of Performance
- Address: ACA, North Region Contracting Center - Fort Leavenworth 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
- Zip Code: 66027-1417
- Country: US
- Zip Code: 66027-1417
- Record
- SN00413847-W 20030829/030827213859 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |