Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

R -- Employment Outreach Service Program

Notice Date
9/15/2020 1:00:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
W7NH USPFO ACTIVITY MS ARNG FLOWOOD MS 39232-8861 USA
 
ZIP Code
39232-8861
 
Solicitation Number
W9127Q-20-R-0021
 
Response Due
9/17/2020 1:00:00 PM
 
Archive Date
10/02/2020
 
Point of Contact
Larry Olive, Phone: 6013131698
 
E-Mail Address
larry.olive.civ@mail.mil
(larry.olive.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
09/15/2020 LDA 1.� AMENDMENT 2 - W9127Q-20-R-0021 EMPLOYMENT OUTREACH SVS is posted/attached ****************** 09/14/2020 LDA 1.� Request for Information (RFI) #01 - Employment Outreach Svs W9127Q-20-R-0021 is posted/attached ******************* 09/10/2020 LDA 1.� AMENDMENT #01�- Employment Outreach Svs W9127Q-20-R-0021 is posted/attached 2.� As referenced in AMENDMENT #01, Attachment 2 Proposal Submission Requirements W9127Q-20-R-0021 (REV) is posted/attached.� Replace previous Attachment 2 and note changes made per the AMENDMENT. ******************* This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, W9127Q-20-R-0021, is being issued as a Request for Proposal (RFP) using Contracting by Negotiations procedures from FAR Part 15. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2020-09, Effective August 27, 2020, and the Defense Federal Acquisition Regulations (DFARS) updated 20200324, Effective 31 May 2019. The provisions and clauses incorporated into this solicitation are attached separately on Attachment 1 Full Text Provisions and Clauses. This procurement is being issued as a Total Small Business Set-Aside. The North American Industrial Classification System Code is 541612 with a standard size of $16,500,000.00. The Government contemplates award of a Firm Fixed Price contract for one (1) base year and one (1) option year resulting from this solicitation. The United States Property and Fiscal Office for Mississippi-Contracting Office, Jackson, MS intends to issue a contract for Employment Outreach Services.� This requirement is for the performing of all functions necessary to develop, implement, manage, and sustain an employment outreach program for the Mississippi National Guardsmen, Veterans, Service Members, and their Family members to provide employment assistance, education benefits information, retention incentives, and transition services, and track each customer's interaction and providing career support, development, and maintenance of civilian based careers as detailed in the Performance Work Statement for Employment Outreach Services (attached). REQUIREMENT: CLIN 0001: Employment Outreach Services BASE YEAR - The Contractor shall perform all functions necessary to develop, implement, manage, and sustain an employment outreach program for the Mississippi National Guardsmen, Veterans, Service Members, and their Family members.� The Contractor shall develop, implement, manage, and sustain a program to identify and reach out to Service Members and their Family members to inform and educate them on available programs at the national, state and local levels.� Special emphasis will be on providing outreach to Service Members of all Reserve Components, their immediate Family members in order to provide employment assistance, education benefits, retention incentives, and transition services, and track each customer's interaction and providing career support, development, and maintenance of civilian based careers. Specific services include resume writing assistance, social networking, and interview skills (coaching). The Contractor shall collect data and information on how to and implement improvements to the program�s effectiveness and offerings. CLIN 0002: Contractor Travel:� BASE YEAR - �- Travel to other government facilities and to client meetings at a variety of locations in the state shall be required. All travel requirements (including plans, agenda, itinerary, or dates) shall be pre-approved by the government.� Travel expenses shall be cost reimbursement and payment shall be made in accordance with the Joint Travel Regulations (JTR) pursuant of FAR Part 31 for Per Diem and Travel Expenses. �Travel Expenses shall not exceed applicable JTR/Per Diem Rates established at time of the travel for the intended location. CLIN 0003: Contract Manpower Reporting (CMRA) BASE YEAR - The Contractor shall report ALL Contractor labor hours (including Sub-Contractor labor hours) required for performance of services provided under this contract/task order via a secure data collection site. The Contractor is required to completely fill in all required data fields using the following web address: www.SAM.gov� Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013 or within 30 days completion of the performance period of this contract/task order. Contractors may direct questions to the help desk at: www.SAM.gov � CLIN 1001: Employment Outreach Services OPTION YEAR - The Contractor shall perform all functions necessary to develop, implement, manage, and sustain an employment outreach program for the Mississippi National Guardsmen, Veterans, Service Members, and their Family members.�� The Contractor shall develop, implement, manage, and sustain a program to identify and reach out to Service Members and their Family members to inform and educate them on available programs at the national, state, and local levels.� Special emphasis will be on providing outreach to Service Members of all Reserve Components, their immediate Family members in order to provide employment assistance, education benefits information, retention incentives, and transition services, and track each customer's interaction and providing career support, development, and maintenance of civilian based careers. Specific services include resume writing assistance, social networking, and interview skills (coaching). The Contractor shall collect data and information on how to and implement improvements to the program�s effectiveness and offerings. CLIN 1002: Contractor Travel: OPTION YEAR - Travel to other government facilities and to client meetings at a variety of locations in the state shall be required. All travel requirements (including plans, agenda, itinerary, or dates) shall be pre-approved by the government.� Travel expenses shall be cost reimbursement and payment shall be made in accordance with the Joint Travel Regulations (JTR) pursuant of FAR Part 31 for Per Diem and Travel Expenses. �Travel Expenses shall not exceed applicable JTR/Per Diem Rates established at time of the travel for the intended location. CLIN 1003: Contract Manpower Reporting (CMRA) OPTION YEAR - The Contractor shall report ALL Contractor labor hours (including Sub-Contractor labor hours) required for performance of services provided under this contract/task order via a secure data collection site. The Contractor is required to completely fill in all required data fields using the following web address: www.SAM.gov� Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013 or within 30 days completion of the performance period of this contract/task order. Contractors may direct questions to the help desk at: www.SAM.gov � Period of Performance (PoP): The Period of Performance shall be one (1) Base Year of 12-months with an Option for one (1) Option Year of 12-month period. Place of Performance:� Services shall be provided at various regional areas/locations across the state of Mississippi with home base locations at Jackson, Hattiesburg, Grenada, Tupelo, Gulfport, and McComb, MS Proposal prices for CLINs 0001 and 1001 shall be firm fixed price (FFP) and inclusive of all labor, materials, travel, supervision, and associated services required to perform the services described within the Performance Work Statement (PWS). CLINs 0002 and 1002 shall be reimbursed travel costs based on JTR for actual travel costs. CLINs 0003 and 1003 may be priced, or contractor may indicate �Not Separately Priced (NSP)� for this reporting requirement. The Service Contract Act applies to this acquisition. Reference Service Contract Wage Determinations listed below: ����������� Attachment 5A 2015-5154, Revision #12 for Hinds County ����������� Attachment 5B 2015-5162, Revision #16 for Grenada County ����������� Attachment 5C 2015-5152, Revision #14 for Forrest County ����������� Attachment 5D 2015-5148, Revision #12 for Harrison County ���������� �Attachment 5E 2015-5158, Revision #13 for Lee County ����������� Attachment 5F 2015-5174, Revision #16 for Pike County Basis for Award: A contract will be awarded to the responsible offeror whose proposal conforms to the solicitation requirements and is determined to be the most beneficial to the Government, with appropriate consideration given to the three evaluation factors: Technical, Price, and Past Performance. The Technical Factors and Past Performance Factor, when combined, are approximately equal to Price. To ensure timely and equitable evaluation of proposals, offerors must comply with instructions contained herein; refer to Attachment #4-Evaluation Criteria for the Factors and Subfactors that will be used to evaluate and rate each submitted proposal. Proposals are due at 3:00 p.m. local (CST) time on 16 September 2020 at the USPFO for Mississippi, Purchasing and Contracting (P&C) Division, ATTN: Larry Olive, 144 Military Drive, Flowood, MS 39232. The contractor shall submit one (1) original, two (2) hard copies and one (1) electronic copy (CD) of its proposal. Mailed proposals shall be sent using a trackable delivery method. �Electronic proposals and Facsimile proposals will not be accepted. �The contractor is responsible for following up to ensure that they are received in the USPFO P&C Office by the due date/time. Proposals must include a statement that pricing is valid for at least 90 days after proposal date. All proposals shall reference RFP number W9127Q-20-R-0021. The contractor shall refer to Attachment #2 �Proposal Submission Requirements� for a description of the past performance and technical document submissions that are required with the proposal package. The contractor shall also refer to Attachment #4-Evaluation Criteria for the evaluation criteria that will be used to evaluate and rate each submitted proposal. It is the Government�s intention to award without discussions. Questions must be submitted in writing (email) to the e-mail addresses identified for receipt of proposals. Questions can be submitted no later than three (3) days prior to the due date and time to Larry Olive, larry.olive.civ@mail.mil and Lisa Anguizola, lisa.d.anguizola.civ@mail.mil �� Interested offerors must be registered in the System for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM.� You will need your DUNS number to register.� Instructions for registering are on the web page.� The solicitation and associated information and the plans and specifications will be available only from the beta.sam website online at https://www.beta.sam.gov/.� This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and Provisions incorporated by reference may be accessed via the Internet at www.acquisition.gov.� Award will be made (all or none) to one vendor.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9df1601ebaa941d5932aeae31b0d6813/view)
 
Place of Performance
Address: Jackson, MS 39209, USA
Zip Code: 39209
Country: USA
 
Record
SN05797839-F 20200917/200915230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.