Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 19, 2016 FBO #5444
SOLICITATION NOTICE

R -- NOV 19-20 Childcare Services - Combined Synopsis

Notice Date
10/17/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624410 — Child Day Care Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
10939421
 
Archive Date
11/11/2016
 
Point of Contact
Richard Harvey, Phone: 503-584-3773
 
E-Mail Address
richard.a.harvey5.mil@mail.mil
(richard.a.harvey5.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Childcare Combined Synopsis Action Code: Combined Synopsis/Solicitation Notice Class Code: R Subject: Childcare Services for YRRB Event July 16. Solicitation Number: 10939421 Posted Date: 10-17-16 Set-Aside: Small Business Response Date: 10-27-16 Contracting Office Address: United States Property and Fiscal Office, ATTN: USPFO-P, 1776 Militia Way/PO Box 14350, Salem, Oregon 97309-5047 Place of Performance: USPFO for Oregon ATTN: USPFO-P, PO Box 14350 Salem, OR 97309-5047 US Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only a solicitation; quotes are being requested and a written solicitation will not be issued. The RFQ will result in a firm fixed price contract. The North American Industry Classification System (NAICS) code for this acquisition is 624410. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following supply or services: Performance Date: Event will take place from Saturday July 16th. Please return this page and provide the following information. Contact Person: ________________________________________________________ E-mail Address: ________________________________________________________ Telephone: ____________________________________________________________ DUNS Number: _________________________________________ CAGE Code: ________________________________________ Federal Tax ID Number _____________________________________________ Requirements for your quote: Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with a total price at the bottom. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. The award will only be made to an offeror that is all-inclusive of the requirements on this solicitation. Please include the prices per item on the attached itemized list. Evaluation Criteria: Award will be made to the lowest priced offeror that meets the minimum standards for the items specified, and is determined responsible in accordance with FAR Part 9. Price Evaluation: CLIN 0001 Childcare Services for NOV 19-20 TOTAL $ _____________________________ Terms and Conditions: Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors' quotes shall be valid for a minimum of 30 days to be acknowledged in the offerors' quote. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Performance Work Statement Childcare Services YRRP Event November 19 & 20, 2016 Troutdale Oregon (50 mile radius), Venue TBD 1. General Scope of Services a. The Oregon Army National Guard requires commercially available childcare services on November 19th & 20th, 2016, at a venue (TBD) in Troutdale, Oregon (50 mile radius). b. The hours of the service shall be from 0700-1530 hours on November 19th and 0700-1430 on November 20th; time excludes AM prep time and PM tear down time. c. Providers i. Childcare services/providers for 20 children from the ages 0-5 years. ii. Childcare services/providers for 20 children from the ages 6-12 years. iii. Childcare services/providers for 10 children from the ages 13-17 years. iv. Total of 50 children Childcare provider requirements: a. References. i. U.S. DEP'T OF DEFENSE INSTR. 1402.5, Criminal History Background Checks on Individuals in Child Care Services, (19 January 2003) [hereinafter DoDI 1402.5]. i. The ORARNG requires contracted for childcare providers to qualify as "professional onsite childcare." ii. All childcare providers at the Yellow Ribbon Event who are employees of the contracted childcare company must meet the Department of Defense requirement under DoDI 1402.5 stating all child care providers who work with children have FBI finger prints and state criminal history repositions checks. "VERY IMPORTANT" FAILURE TO COMPLY WILL ELIMINATE YOU FROM AWARD 2. Requirements a. Must be a holder of current event liability insurance at the level that specific venues require. b. All childcare providers who work with children must be at least 18 years old. c. Must follow all legal childcare providers to youth ratios the entire time at each event. Reference paragraph 1.c (i-iv). d. Cannot solicit for childcare providers to be employees of the contracted childcare company for a Yellow Ribbon Event on any social media networks including but not limited to: facebook, twitter, myspace, and craigslist. e. Must be able to facilitate Yellow Ribbon "Deployment Cycle Support" activities with the youth at the event and be trained by Oregon National Guard Child and Youth Program staff as well as Operation: Military Kids staff. f. Must have a safe check-in and check-out procedure of the youth at Yellow Ribbon Events that is approved by Oregon National Guard Child and Youth Program staff. g. Must designate professional childcare staff to continue childcare services when an offsite location is utilized during the Yellow Ribbon event, this is to include, at a minimum, being an adult chaperone on the contracted transportation to the offsite childcare venue. 3. Tasks a. Set up of childcare rooms the day before (scheduled through the venue's POC) or an hour prior to registration. b. Tear down of childcare rooms after the children checkout. c. Provide a staff member for the registration table, to check in/checkout children and maintain accountability. d. Must bring all supplies such as toys, games, arts and crafts, etc. and have self-sufficient activities in order to engage youth (ages 0-17) for the entire length of the event at the specific venue chosen by the Yellow Ribbon Program. e. Facilitate Yellow Ribbon "Deployment Cycle Support" activities with the youth at the event. f. Provide adult chaperone on the contracted transportation to the offsite childcare venue. g. Maintain constant supervision of checked in children. No child shall be left unattended for any amount of time. 4. Miscellaneous information a. Rental of the room will be provided by the Oregon Guard. b. Because of whom and why the services are being provided for the government anticipates changes being made to the services required. The contractor if able, is to provide a date / time in which the government can make in scope changes at no cost. These changes will be made via a modification to the contract signed by a Contracting Officer. Quality Assurance Surveillance Plan (QASP) Childcare Services YRRP Event November 19 & 20, 2016 Location: Troutdale Oregon (50 mile radius) 1. Vision The Oregon Army National Guard (ORARNG) requires a contractor to provide childcare services during a Yellow Ribbon Reintegration Program event 19th & 20th November 2016 held within a radius of 50 miles from Troutdale. 2. Mission Set up of childcare rooms the day before (scheduled through the venue's POC) or an hour prior to registration. Tear down of childcare rooms after the children checkout. Provide a staff member for the registration table, to check in/checkout children. 3. Purpose This Quality Assurance Surveillance Plan (QASP) is a government-developed document used to determine if the contractor's performance meets the performance standards contained in the contract. The QASP establishes procedures on how this assessment/inspection process will be conducted. It provides the detailed process for a continuous oversight process: What will be monitored? How monitoring will take place Who will be conduct the monitoring How monitoring efforts and results will be documented The contractor is responsible for implementing and delivering performance that meets contract standards using its Quality Control Plan. The QASP provides the structure for the government's surveillance of the contractor's performance to assure that it meets contract standards. It is the government's responsibility to be objective, fair and consistent in evaluating contractor performance. The QASP is not part of the contract nor is it intended to duplicate the contractor's quality control plan. This QASP is a living document. Flexibility in the QASP is required to allow for an increase or decrease in the level of surveillance necessary based on contractor performance. The government may provide a copy of the QASP to the contractor to facilitate open communication. In addition, the QASP should recognize that unforeseen or uncontrollable circumstances might occur that are outside the control of the contractor. Bottom line, the QASP should ensure early identification and resolution of performance issues to minimize impact on mission performance. 4. Authority Authority for issuance of this QASP is provided under Part 46 of the Federal Acquisition Regulation, Inspection of Services clauses, which provides for inspection, acceptance and documentation of the service called for in the contract or order. This acceptance is to be executed by the contracting officer or a duly authorized representative. 5. Roles and Responsibilities The following personnel shall oversee and coordinate surveillance activities. 5.1 Contracting Office (KO) The KO is the only person authorized to establish, amend or terminate a contract on the Government's behalf. The KO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The KO shall also ensure that the contractor receives impartial, fair, and equitable treatment under this contract. Determine and document the final assessment of the contractor's performance in the governments past performance tracking system. Assigned KO: Nolan Campbell Organization or Agency: USPFO for Oregon Telephone: 503-584-3731 Email: michael.n.campbell.civ@mail.mil 6 Performance Requirements and Method of Surveillance Random inspections will be conducted upon delivery by COR or POC to ensure services provided are in compliance with the contract. 6.1 Contract Surveillance The goal of the QASP is to ensure that contractor performance is effectively monitored and documented. The COR's contribution is their professional, non-adversarial relationships with the KO and the contractor, which enables positive, open and timely communications. The foundation of this relationship is built upon objective, fair, and consistent COR / POC evaluations of contractor performance against contract requirements. The COR / POC uses the methods contained in this QASP to ensure the contractor is in compliance with contract requirements. The COR / POC function is responsible for a wide range of surveillance requirements that effectively measure and evaluate the contractor's performance. Additionally, this QASP is based on the premise that the contractor, not the government, is responsible for management and QC/QA actions to successfully meet the terms of the contract. In evaluating the quality of contractor's performance, the following performance ratings may be used. Performance Rating Criteria Excellent/ Outstanding Performance meets contractual requirements and exceeds many to the government's benefits. The contractual performance of the element or sub-element being assessed was accomplished with no problems and contractor actions were highly effective. Very Good Performance meets contractual requirements and exceeds some to the government benefits. The contractual performance was accomplished with few minor problems for which corrective actions taken by the contractor were effective. Good Performance meets contractual requirements. The contractual performance contains some minor problems for which corrective actions taken by the contractor were satisfactory. Marginal Performance does not meet some contractual requirements. The contractual performance reflects a serious problem for which the contractor has not yet identified corrective actions. The contractor's proposed actions appear marginally effective or were not fully implemented. Unsatisfactory Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance contains serious problem(s) for which the contractor's corrective actions failed or were ineffective. PWS Para Tasks Standards I AQL Inspection What How/ Method Who 3a Set up of childcare rooms. STD: The day before (scheduled through the venue's POC) or an hour prior to registration. AQL: 100% completion the day prior to the event. Room fully set-up in order to facilitate yellow ribbon deployment cycle Verified the day prior to event KO or POC 3b Tear down of childcare rooms. STD: Removal of all contractor items. AQL: 100% completion after all children have checked out and on the same day as the event. Room fully torn down; all contractor items removed. Verified at the conclusion of the event and after the last child is picked-up. KO or POC 3c Provide staff member at the registration table to check children in and out and maintain accountability. STD: Provide table & staff to facilitate check-in / checkout of children. ORARNG / Youth Staff approved. Maintain accountability of children during check-in and checkout. AQL: 100% set-up and appropriately staffed to facilitate the check-in and checkout of children as required. Staff and table. Be present to appropriately check-in and out children Random checks KO or POC 3d Provide toys, games and supplies to include art and craft supplies. STD: Provide appropriate activities for age groups 0-17 years of age, needs to keep children engaged. Provide Self-sufficient activities for appropriate age groups. AQL: Clean, free of debris and in working order toys, games and supplies to last the entire event. Clean, free of debris, and functional engaging Toys, games and supplies to include art and craft supplies. Verified the day prior to event KO or POC 3e Provide adult supervision / chaperone if transportation to an offsite venue is required. STD: Provide an adult on mode of transportation. AQL: Must be an adult capable of supervising children during transportation if required. Provision of an adult that is capable of providing supervision during transportation if required. Verified the day prior to event KO or POC 3g Maintain constant supervision of children. STD: Maintain supervision and accountability of the checked in children at all times. AQL: No checked in child is left unattended or unsupervised during while in the care of the providers. Supervision and attendance of the checked in children Random KO or POC Wage Determination REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2441 Daniel W. Simms Division of | Revision No.: 17 Director Wage Determinations| Date Of Revision: 12/29/2015 _______________________________________|____________________________________________ Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Service Contract Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ____________________________________________________________________________________ States: Oregon, Washington Area: Oregon Counties of Clackamas, Clatsop, Columbia, Gilliam, Hood River, Marion, Multnomah, Polk, Sherman, Tillamook, Wasco, Washington, Yamhill Washington Counties of Clark, Cowlitz, Klickitat, Pacific, Skamania, Wahkiakum ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 24000 - Personal Needs Occupations 24570 - Child Care Attendant 10.95 24580 - Child Care Center Clerk 14.34 24610 - Chore Aide 10.83 24620 - Family Readiness And Support Services 14.01 Provisions And Clauses FAR 52.204-7, Systems for Award Management. FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.211-6, (If Applicable) Brand Name or Equal (for commodities when purchase description is brand name or equal). FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price of all item "all or none". FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications via the System for Award Management (SAM). FAR 52.212-4, Contract Terms and Condition-Commercial Items. FAR 52.212-5, (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21, Prohibition Of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-36, Affirmative Action for Workers With Disabilities. FAR 52.222-37, Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era. FAR 52.222-44, Fair Labor Standards act and Service Contract Act-Price adjustment. FAR 52.222-54, Employment Eligibility Verification. FAR 52.223-5 Pollution Prevention and Right to Know Information FAR 52.228-5, Insurance-Work on a government Installation. FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-36, Payment by Third Party. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.225-1, Buy American - Supplies. FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal). FAR 52.211-17, Delivery of Excess Quantities (for multiple quantities). FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable). FAR 52.219-28, Post Award Small Business Representation (if applicable). FAR 52.222-50, Combating Trafficking in Persons. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.253-1, Computer Generated Forms (when contractor is required to submit data). FAR 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable). DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable). DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. DFARS 252.225-7012, Preference for Certain Domestic Commodities. DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.243-7002, Request for Equitable Adjustment (when applicable). DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. DFARS 252.215-7008, Only One Offer. DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations. DFARS 252.232-7006, Wide Area Workflow. DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information. DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.244-7000 Subcontracts for Commercial Items This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Richard Harvey Offerors can submit their quote any time before the due date to: Richard Harvey at richard.a.harvey.mil@mail.mil please verify receipt of your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/10939421/listing.html)
 
Place of Performance
Address: TBD, Troutdale, Oregon, 97080, United States
Zip Code: 97080
 
Record
SN04305990-W 20161019/161017234531-2b7a4027caa314f81d33ba02d218de03 (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 |
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.