Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2005 FBO #1452
SOLICITATION NOTICE

R -- Payroll Services

Notice Date
11/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
541214 — Payroll Services
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
FA7014-06-R-0004
 
Response Due
11/28/2005
 
Archive Date
12/13/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial service 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 at this time IAW the attached document number FA7014-06-R-0004. This solicitation is issued as a request for proposal (RFP) and will result in a Firm Fixed price contract (with not-to-exceed cost-reimbursable CLINs). Period of performance will be date of award through 12 months, with four (4) 12-month Option Years to be exercised at the discretion of the Government. Competition will take place under Best Value Source Selection procedures IAW FAR Part 15, in which the Government intends to award to the contractor whose offer conforms to the solicitation, and will be most advantageous to the Government, price and other factors considered (Performance Price Tradeoff procedures). Quality Assurance Personnel will be assigned to this contract to ensure performance. A Contractor Quality Control Plan shall be submitted within ten days of contract award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-06. The NAIC assigned to this project is 541214 (SIC 8721), size standard is $7,000,000. The requirement is for services outlined in the Performance Work Statement (PWS) in support of the ?Air Force Family Child Care Expanded Child Care (ECC) Programs?, which entails monitoring specialized child care hours in Air Force (AF) licensed on-base and AF affiliated off-base Family Child Care (FCC) homes. Primary Contractor duties include (but are not limited to) preparing agreements with child care providers, processing payments to child care providers via Electronic Funds Transfer, collecting data and preparing reports. Contract Line Item Number (CLIN) structure is: CLIN 0001, Contractor Labor, FFP; CLIN 0002, Travel (cost reimbursable, estimate provided); CLIN 0003, Material/ODCs (cost reimbursable) and CLIN 0004, Provider Labor Funds (cost reimbursable, estimate provided). Solicitation may be viewed at this site, which includes the Evaluation Factors for Award, Proposal Preparation Instructions and request for Past Performance References, which must be adhered to. In proposals, contractors shall be expected to demonstrate ability and qualifications to meet the requirements of the PWS and the technical evaluation factors. Contractors are required to provide at least three (3) references to contracts performed within the last three (3) years that demonstrate relevancy for same or similar service. THIS REQUIREMENT IS 100% SET ASIDE FOR SMALL BUSINESS. Non-personal services shall be performed at the contractor?s facility. Offers shall complete required Representation and Certifications on-line (or submit FAR 52.212-3). The following FAR Clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation ? Commercial Items, FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items, FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dev). FAR 52.232-18 Availability of Funds. Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The following DFARS clauses and provisions apply to this solicitation and are incorporated by reference: DFARS 252.212-7000 Offeror Representations and Certifications, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items. The award date is expected to be 1 Jan 06. The Government intends to award the contract without discussions. Any questions about the requirement shall be submitted in writing NLT 21 Nov 05 (answers will be posted approximately 22 Nov 05). Proposals are due NLT 3:00 pm Eastern Standard Time on 28 Nov 05. The proposal shall be signed by an official authorized to bind the company.
 
Place of Performance
Address: Contractor's Facility
 
Record
SN00932235-W 20051117/051115211757 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.