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
- DABJ0103Q0030
- 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-0030, is issue d 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 provide 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 c oncerns. 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 ide ntified in the offer and reasonably available to the Contracting Officer in accordance 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 Taxpayer 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 T ime Extensions; FAR 52.211-14 Notice of Priority rating for National Defense Use; 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 i n 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, Pa st performance, Resume, and Price; Local clause 52.217-4015 Telegraphic offers; Local 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 Ord ering officers; Local clause 52.217-4516 legal public Holidays; FAR 52.52.217-8 Option 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-asid e; 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 equivalent rates for federal hires; FAR 52.222-41, Service Contract Act of 1965: Wage Determination No: 94-2307 REV (23) AREA: MO, KANSA CITY dated May 29, 2002 may be obtain by e-ma il from christy.herbig@leavenworth.army.mil. FAR 52.223-6 Drug Free Workplace; FAR 52.224-1 Privacy Act Notification; FAR 52.224-2 Privacy Act; FAR 52.227-1 Aut horization 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-Reim bursement 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 Pric ing of Contract Modifications; DFARS 252.204-7004, Required Central Contractor??????s Registration ; DFARS 252.204-7001, Commercial And Government Entity (CAGE) Code Reporting; DFARS 252.247-7006 Removal of Contractor??????s Employees; DFARS 252.247-7007 L iability 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 Copie s 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 directed 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 reference 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 F orm 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 Contract. The scope of work is as follows: 1. TITLE: ACS/Family Advocacy Resource Provider. 2. SCOPE OF WORK: The contractor will supply all the necessary services to accomplish the tasks outlined in the following paragraphs. The Government will furnish the required training materials, office space, computer needs and expendable office supplie s. Where needed, the Government will provide specific training as it relates to program requirements and regulatory changes. The Contractor will cover any other professional training requirements. TASK 1: Coordination of Resources (1) Contractor will collect and compile all available resources, within a 40-45 mile radius, on services available to military families for medical, educational, cultural and social support IAW program regulations. (2) Contractor will focus on High Risk Fa milies. Contractor will maintain a close and consistent contact with these families, in both an instructional as well as a supportive role. The contractor should have knowledge of community recourses, basic social work skills necessary to assess needs pre sented by the customer, basic problem solving skills, experience in working with families experiencing crisis, basic understanding and experience working with families who have special needs members, excellent communication skills, and knowledge of the mil itary culture and system. (3) Contractor will target enlisted spouses in developing a workshop or program to assist in the understanding of the culture of Army language, structure, support systems and expectations for readiness by working with AFTB Contrac tor. Multiple transitions conducted in isolation contribute to levels of stress an d turbulence that can be overwhelming for young couples. The Contractor needs to have an identified understanding on the stressors, concerns, and needs of enlisted personnel and their families. (4) Contractor must have experience working with Army Families who have physical, developmental, emotional, intellectual handicaps or other family dynamics, which place the family at risk for abuse or additional family crisis. Contractor will collaborate with a variety of community resources to meet the needs of the se families. (5) Contractor will assist families in developing solutions to individual and community issues and problems. Contractor will coordinate family find publicity and information and referral services. (6) Contractor must have expertise and experi ence in families with special need members in order to develop, arrange and schedule activities, events, educational workshops and support group activities for these military exceptional family members. (7) Contractor will assess relocating soldier's commu nity support needs (i.e. housing, ACS, CDS, YS, medical and community recreation). Contractor will research support needs and provide individual input on these services. (8) Contractor will serve as a Unit Support Service Coordinator to provide informatio nal and referral services for installation units. Contractor will become familiar with all the ACS/FAP programs to better assist soldiers and family members. (9) Contractor will serve, as a point of contact for all ACS/FAP services and assist in relocatio n needs as they relate to relocation stress in High Risk Families. (10) Contractor will attend meetings that advocate and address high-risk family situations. Meetings include: Special Needs Resource Team (SNRT); Humans Services Council; Exceptional Fami ly Member Committee (EFMP); and the Leavenworth Infant Toddler Coordinating Council. Contractor will ensure that minutes from all meetings are forwarded through the Family Advocacy Program Manager (FAPM) and EFMP Coordinator. (11) Contractor will coordina te support service groups for families. Where no support groups are available contractor will establish and implement such group. (12) Contractor will provide educational workshops for High Risk Family Members on a variety of topics including IEP, Behavio rs, Step-parenting, Blended Families, etc. (13) Contractor will provide crisis intervention to clients in order to establish emotional support and to elicit disclosure of information necessary to provide appropriate assistance. (14) Contractor will accompa ny the client, family to community resources, school conferences (IEP), WIC, SRS and DFS, Social Security hearings, VA hearings, court, etc. as necessary to advocate and assist the family in obtaining services. (15) Contractor will work closely with Milita ry and Civilian Community Recourses to assist the High Risk Families to stabilize and eructate family and individual situations placing the family, individual, at risk for further stress. (16) Contractor will maintain thru formal and informal cooperative a rrangements with other human service agencies in the civilian and military communities. Formal Memorandum??????s of Agreement will be formulated, initiated and coordinated by the EFMP Coordinator and FAPM for these agencies and services. (17) Contractor w ill work with the AFTB Program and Family Readiness Groups to proved education on the Military Culture, language, structure, support systems and expectations for readiness focusing on high risk families and their needs. These services will be provided in the areas most frequented by enlisted family members and may even be provided in the home of senior NCO of the installations units. Contractor will provide information, advocacy and support for special needs family members as part of the Family Readiness Program. (18) Contractor will complete all necessary case file information and reports as required by ACS, FAP and EFMP according to AR 608-18, AR 608-75 and A R 608-1 policies and procedures. These would include: Army Community Service Case file sheet DA FORM 5897 for all clients referred, EFMP case file sheets including ACS In processing Personnel needs assessment form. (19) Contractor will be expected to atten d weekly ACS staff meetings and by-weekly clinical staff meeting with the FAPM where cases will be staffed b. TASK 2: General administrative support: (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 FAP Resource Provider must also provi de this data to the EFMP Coordinator. The FAP Resource Provider will provide names of clients 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 reports to FAPM on program updates and needs. (4) Contractor will submit monthly invoices for services provid ed by the end of each month to The Directorate of Contracting. 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 M onday-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
- SN00413848-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 |