SOLICITATION NOTICE
M -- Child Day Care Services
- Notice Date
- 7/8/2015
- Notice Type
- Presolicitation
- NAICS
- 624410
— Child Day Care Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4705-15-R-0011
- Archive Date
- 8/6/2015
- Point of Contact
- Antoinette J. Gregg, Phone: 7037671189
- E-Mail Address
-
Antoinette.Gregg@dla.mil
(Antoinette.Gregg@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- The Defense Contracting Services Office has a requirement for Childcare Services and intends to issue a formal Request for Proposals (RFP) in July 2015 via Federal Business Opportunity (FedBizOps). Documents will be posted to www.fbo.gov on or about July 20, 2015. The government's objective is to acquire childcare services for the following locations: Defense Supply Center Columbus (DSCC), Defense Supply Center Richmond (DSCR) to include a Summer Camp and DLA Headquarters Complex (HQC). A Single or Multiple source awards will be issued for full service Child Day Care firm. The offeror must be able to provide developmentally appropriate child development programs and services for children from ages six weeks through five years of age, (or until a child begins kindergarten) at all sites under this contract. The Belvoir site has a kindergarten program and the Richmond site offers a 10 week school age summer camp for 6-13 year olds. The summer camp program is a yearly optional service under this contract. b. The offeror shall provide a full-day care program. Full-time care is defined as 5-12 hours per day on a regular basis, usually at least 4 days per week, except for variances such as alternate work schedules, absences, and holidays. c. The Offeror may, in coordination with the COR, offer part-day, part-time programs, and hourly care after the patron demand for full-day programs is met. (1) Part-time care is between 4-5 hours per day/5 days per week or, full day/ 3 days per week) three (3) and five (5) hours. (2) Part-Day Pre-school programs are 3 hours in length, offered 2, 3 or 5 days a week and Hourly care is for 2 hours or more not to exceed 10 hours per week. Hourly care is care that is not needed on a regularly scheduled basis. d. The Offeror shall program a variety of activities, such as teacher and child initiated activities, quiet and active play, indoor and outdoor activities, large and small muscle activities, individual, large group and small group time. Resource and referral services and opportunities for parent participation are also a part of the program. e. Child and Youth Programs are for eligible patrons in accordance with the DoDI 6060.2. f. The Offeror shall comply with all regulatory requirements and national standards concerning staff/child ratios and group sizes as set forth below. The Offeror shall ensure that at least two caregivers are present with each group of children at all times. A scheduled site visit date will also be released during the solicitation release. The responsible Offeror shall hold a current Facility Security Clearance and be capable of performing in accordance with standards outlined in the Statement of Objectives (SOO). The solicitation will result in a Firm Fixed Price CLINs for childcare services. The base period will be December 1, 2015 through 30 November, 2016 with a four (4) one-year option periods and a six month option to extend services through 30 November 2020. This requirement is being procured in accordance with FAR Part 12, Acquisition of Commercial Items; the basis of award will be done under FAR 15. This acquisition will be Unrestricted. The NAICS code is 624410 - Child Day Care Services and the size standard is $7.5 million in average annual gross receipts. The successful Offeror shall hold a current Facility Security Clearance and be capable of providing Interior and Exterior Maintenance Services. The successful offeror will be selected using performance/price tradeoff procedures in accordance with FAR 15.101-1, resulting in the Best Value to the Government. The entire solicitation will be made available only on the Federal Business Opportunities website www.fedbizopps.gov. No paper copies will be issued. Potential offerors are responsible for monitoring this site for the release of this solicitation package. To be eligible for contract award offerors must hold a Facility Security Clearance. Offerors must be registered in System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. ALL QUESTIONS REGARDING THIS SYNOPSIS/PRE-SOLICITATION NOTICE SHOULD BE SUBMITTED IN WRITING TO THE FOLLOWING E-MAIL ADDRESS: Beverly.j.williams@dla.mil or antoinette.gregg@dla.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-15-R-0011/listing.html)
- Place of Performance
- Address: Columbus, Ohio; Richmond, VA and Fort Belvoir, VA, Fort Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN03789093-W 20150710/150708234956-39d0e408c3834bd384709c0d0cdcfb93 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |