SOLICITATION NOTICE
G -- Financial and Employment Services
- Notice Date
- 10/19/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
- ZIP Code
- 61299-7630
- Solicitation Number
- W52H09-05-P-5024
- Response Due
- 10/28/2004
- Archive Date
- 12/27/2004
- Small Business Set-Aside
- Total Small Business
- 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 the only solicitation; proposals are being requested and a written solicitation will not be issued. Contingent upon the availability of funds, The United States Army Tank Automotive and Armaments Command located in Rock Island Illinois intends to enter into a sole source contract under Simplified Acquisition Procedures with Jon C. Cook; Cook Consulting, 5117 21st Ave, Moline, Il. (309-782-0825), for management, personnel, equipment, materials and supplies necessary to manage, operate and administer Financial & Employment Readiness Programs for Army Community Services at Rock Island, Illinois Specific requirements are as follow in the PERFORMANCE WORK STATEMENT General: Rock Island Arsenal (RIA) is a small installation comprised of approximately 500 active duty military, 1,400 military family members, and 7,000 civilian employees, located within a 50-mile radius area of RIA. Scope of Work: This Performance Work Statement (PWS) pertains to the Financial and Employment Readiness Programs (FERP), which is a responsibility of Army Community Service (ACS), Rock Island, IL. The contractor shall furnish all management, personnel, equ ipment, materials and supplies, except as specified herein as Government furnished, to manage, operate and administer the of FERP of ACS at RIA. The contractor shall provide direct assistance to clients concerning Resource Assessment, Private Sector Job Ba nk, Information and Referral, Job Search and Consultation, spending plan, budgeting, and long term financial planning. Specific information on these services is described in Section C-5. The ACS staff and volunteers will be trained by contractor on general FERP procedures. To avoid duplication of work, all ACS Installation files currently maintained by ACS shall be available to the contractor and copies thereof may be incorporated into the contractor files. Clients eligible for ACS services are active duty and retired military personnel and their families; members of the Reserve and National Guard Components on active duty or active duty training and their families; DA civilians and their family members to th e extent determined by the Commander, RIA; widows, widowers, and other next of kin of military personnel who were on active duty or retired at time of death; and next of kin of prisoner of war or missing in action (POW/MIA) personnel of all Armed Services. The maximum eligible population is estimated at 15,000. Performance of this contract shall be in accordance with the standards contained herein and as prescribed in AR 608-1, Army Community Service Program. Services for military not on the Rock Island Arsenal may also be requested. Hours of Operation: The ACS Center is open from 0800-1630, Monday - Friday. The contractor Project Manager shall be on-site during these duty hours five days per week, on Monday - Friday to compile or maintain files, present training or otherwise meet requ irements of PWS. The Contractor shall be allowed 15 workdays as vacation time. Routine Program requirements will be performed by ACS paid staff during this time. For other duties the contractor shall arrange coverage in advance. It will be approved by the COR in advance. T he vacation time may be taken in segments or all at once, but must be coordinated and approved in advance by the COR. Legal Holidays: Contractor personnel will not be required to perform on the following legal public holidays or other holidays as designated by RIA and approved by the ACSO. (1) 1st of January (New Years Day) (2) 3rd Monday in January (Martin Luther Kings Birthday) (3) 3rd Monday in February (Washingtons Birthday) (4) Last Monday in May (Memorial Day) (5) 4th of July (Independence Day) (6) 1st Monday in September (Labor Day) (7) 2nd Mo nday in October (Columbus Day) (8) 11 November (Veterans Day) (9) 4th Thursday in November (Thanksgiving Day) (10) 25th of December (Christmas Day) The first two weeks of contractor performance shall constitute the Phase-in Period. During this period, the COR will be evaluating performance in accordance with performance standards to assure a satisfactory level of effort. A period of two weeks shall be performed in the event the contract is not renewed or a contract is awarded to a new contractor. The period will be used for transitioning to a new contractor, closing files, moving property, and conducting inventories. The c ontractor will still be responsible for fulfilling all contractual requirements during this period. Personnel: Project Manager: The contractor shall provide a project manager. This individual shall be responsible for (1) acting as the central point of contact with the government, (2) operating the FERP portion of the ACS program in accordance with (IAW) the provisi ons of AR 608-1, and as directed by the COR, (3) maintaining effective working relationships with commanders, staff agencies, and local civilian community health and welfare agencies, and (4) assuring direct services specified in PWS. The Project Manager must have completed training in FERP and possess the capabilities, qualifications, and applicable experience in effectively managing an effort of similar size and scope requiring similar technical and management skills. A resume shall b e submitted for the project manager position prior to awarding the contract, and prior to selecting subsequent project managers. Off duty Government Employees: The contractor is cautioned that off-duty active military personnel hired under this contract may be subject to permanent change of station, change in duty hours or deployment. Military reservists and National Guard members m ay be subject to recall to active duty. The abrupt absence of these personnel could adversely affect the contractors ability to perform. Their absence at any time shall not constitute an excuse for non-performance under this contract. Contractor personnel shall adhere to Standards of Conduct as covered in AR 600-50. On-site contractor personnel shall wear nametags, which will be provided by government. When required, contractor personnel shall obtain vehicle passes/decals from the Security Office prior to commencement of contract work. Such passes/decals shall be returned upon completion or termination of the contract to the Security Office. Administration: Government correspondence (e.g. letters, endorsements, disposition forms, messages, reports and office memoranda) shall be prepared by the contractor IAW AR 25-50, Preparing and Managing Correspondence. All correspondence shall be submitted within the esta blished suspense dates, and shall be accurate, complete, and submitted to the correct office or person. Installation files shall be maintained as specified in PWS. Other files related to the requirements of this contract will be maintained IAW AR 25-400-2, The Modern Army Record Keeping System (MARKS). Contractor personnel will be given opportunity to participate in relevant Government-sponsored training on a space-available basis so long as training does not detract from performance of work. Costs of training, travel, lodging, and per diem are at govern ment expense. Expenses incurred by the Contractor will be reimbursed through Contractor invoicing after training is completed. Training must be approved in advance by the COR. Government training may be less than the 40 hours indicated in Projected Workload. Information will be released to requesting military or community agencies on a need-to-know basis determined by COR. The contractor shall prepare and deliver the reports as specified in DD Form 1423, Control Data Requirements List and DD Form 1664 Data Item Description. Monthly statistical reports are due to the COR by the 3rd of each month for the previous month. These will include information also required for the annual report. Contractor will have access to ACS Center during 0730-1630, Monday-Friday. Earlier or later meetings shall be cleared through COR. The Contractor shall permit the Contracting Officer or any other authorized Government representative access to all records, data and facilities used in the performance of the contemplated services. The Government will monitor the Contractors performance under this contract using procedures specified in Contract Data Requirements List. All forms, regulations, and pertinent Army publication necessary to comply with this PWS will be furnished. Initial supply of these items shall be available on contract start date. Contractor shall be responsible to obtain current and updated forms through the publication office and establish requirements for replacement. Fire protection, telephone, utilities, custodial and security services, to the extent that they are currently provided to the ACS Center. The ACS Center, bldg. 110, will provide approximately 40 sq. ft. of space located in or near the Centers administration area and furnished with office furniture such as desks, chairs, tables, file cabinets, for use during this contract. When space and fur nishings are not in use by contractor, they will be available for use by volunteer staff working in this or related program areas. Contractor shall have access to ACS resource files, as determined of COR. Copies of existing files may be incorporated by contractor into contractor files. The contractor shall have access to the ACS copying machine for reproduction of small quantities (20 or less). Contractor shall log number of copies made. Printing of larger quantities, to be accomplished, requires contractor to submit a DD Form 843, Requisition for Printing and Binding Service, to the COR for approval and signature. CONTRACTOR FURNISHED ITEMS Contractor shall furnish all supplies and equipment required meeting the terms of the contract (except as specified as government furnished) including, but not limited to: The contractor shall furnish all personnel required to perform all functions of this PWS. The contractor shall furnish a project manager having the authority to act for the contractor, and the name and home phone number of this individual shall be provided in writing to the contracting officer or his designee. The government will have the right to request the contractor to replace any individual who is determined by the government to be a security risk, under the influence of alcohol or drugs or is physically or mentally impaired to the extent that they cannot p erform tasks established by this PWS. This shall also include those who do not display a professional code of conduct. This determination shall be made within the sole discretion of the contracting officer or his designee. This determination shall not relieve the contractor from meeting the pe rformance requirements of this contract. The contractor shall, within 10 calendar days after beginning performance of work, provide the contracting officer a list of all employees who will perform this contract and in what work assignment. The contractor shall notify the contracting officer in wr iting of any addition, deletion or change in work assignment within 5 calendar days of such change. Transportation will be provided at contractor expense. Government will not be responsible in any way for damage to the contractors supplies, materials, or equipment or the contractors employees personal belongings brought into the building due to fire, theft, accident or other disaster. The contractor shall perform all tasks delineated in this PWS. The contractor shall be responsible for all contractor personnel and for all services outlined in this PWS. The contractor shall establish a FERP. The program shall consist of the following components: Resources Assessment. (ERP &FRP) Private Sector Job Bank. (ERP) Information and Ref erral as pertains to employment and finance. (ERP &FRP) Job Search Assistance and Consultation. (ERP) Family Member Employment. (ERP) Education Information and Resources. (ERP) Budget Counseling. (FRP) Consumer Awareness. (FRP) Financial Planning. (FRP) Electronic Tax Filing. (FRP) Resource Assessment: (FRP) The contractor shall conduct a resource assessment within 30 days of the start of the contract and shall provide a comprehensive listing of military and civilian employment, and education systems within a 15-mile radius of RIA. The information gathered, as a result of this assessment will be maintained in a directory, card file, binder, or automated system. The resource assessment will be updated semi-annually, in Sep and Mar. Private Sector Employer Resource File: (ERP) The contractor shall develop and send letters to major civilian employers within a 15-mile radius of RIA and develop a Jobs Binder. The purpose is to acquaint them with the ERP and to invite them to report available positions for listing in the Job Bank or give their web site. The contractor shall enclose a government furnished stamped addressed return envelope which employers can use to indicate interest in the program. The contractor shall follow-up all positive replies within 5 working days with a telephone call to complete an employer resource file entry. Information gathered will be placed on an electronic Bulletin Board which shall be reviewed twice a month to add jobs announcements and delete those no longer open. Information and Referral - Employment: (ERP) The contractor shall establish and maintain a comprehensive resource file of available civilian and military employment opportunities and job assistance agencies. The resource file shall include the following components: An alphabetical index of all public, private, and voluntary agencies and organizations with a reference to more detailed information contained in each service providers profile. The service providers profile shall include a detailed description of the organization, address, telephone numbers, how to reach the organization by car and/or public transportation, type of business and category of workers usually employed or placed by t he organization. An alphabetical index of each agency service. The index shall be cross-referenced by name of agency and service provider. As a minimum, the contractor shall make the following information available to clients: Telephone directories, specifically the Yellow Pages, for all areas within commuting distance. Local business directories. Local daily newspapers for the business and classified sections. Chambers of Commerce Directories. State Employment Commission Information. Federal Job Information Centers. Area chapters of professional and trade associations. Job Service Centers. Better Business Bureau. College career counseling and placement centers. Personnel offices of local schools and institutions of higher education. Employer Resource File. Job Bank. Information and Referral - Education: (ERP) The contractor shall provide basic information for educational opportunities to include: Government Education Center Services POC. Local colleges and vocational schools. Local company training programs. Education scholarships and other financial assistance. Information and Referral - Youth: (ERP) The contractor shall prepare and maintain a list of government and civilian full-time and part-time employment opportunities for youth and update it quarterly. The contractor shall support an annual education/job fair for youths eligible for services as requested by Youth Services. Job Search Assistance and Counseling: (ERP) Welcome Packets: The contractor shall provide the Relocation Assistance Program Manager the following information as a minimum, to be available for and included in all ACS Welcome Packets, as needed, and for electronic resourcing in the SITES (Standard Ins tallation Topic Exchange System ) material: Civilian Personnel Office information sheets. Information flyers or booklets about RIA employment services. A checklist of things to do before a Permanent Change of Station (PCS) and items to have on-hand immediately after relocation to facilitate the job search. Job Bank: (ERP) The contractor shall establish a Job Bank, which will include: Full and part-time private sector employment vacancies. Summer and part-time student employment opportunities on and off-post. The contractor shall determine the type and level of assistance required and if an appointment for career counseling is indicated. The contractor shall determine how prepared the client is for the job search process. The contractor shall assess the clients employment options based on previous employment, education, volunteer experience, interests, and skills. The contractor shall determine alternative goals, such as volunteering, further education, etc., if employment is not available. The contractor shall record on the client registration file the following data: The counseling session in a brief, factual summary. The plan of action. The requirement for further appointments. The contractor shall statistically record the number of clients served, amount and type of assistance provided, and a client profile. This statistical report shall be forwarded to the COR for each month by the 3rd of the following month. The contractor shall refer clients to appropriate new job vacancies as announcements are received from employers. The contractor shall not arrange job interviews for clients. The responsibility for action and follow-up will be solely with the client. The contractor shall develop a method for clients to provide feedback on the outcome of all referrals. Budget Counseling: (FRP) The contractor shall provide counseling and assistance to individuals and families in developing budgets to meet their available income. Clients shall be mandatory or voluntary referrals. Mandatory referrals may come from unit commanders or the AER Officer. Mandatory referral clients that are uncooperative or do not attend appointments shall be reported to the referring official. Initial services provided to clients shall include client assessment, training in developing a budget, review of the clients financial status, and scheduling of future appointments. Future appointments shall provide assistance as determined during the client assessment and review the execution of the prepared budget. These appointments may include the following as needed: checkbook maintenance, checking account reconciliation, basic f inancial decision making, allotments, using credit, family support during separation, and consumer advocacy. The contractor shall follow up on active cases at least once per month. Self-Service Computer Center (ERP & FRP) The Contractor shall be responsible for the Self-Service Computer Center. The contractor shall make terminals available to clients during regular hours or by appointment and provide limited assistance to clients as necessary. The contractor shall maintain the ERC Bulletin Board through ERC by updating information. Consumer Awareness: (FRP) The contractor shall prepare and present one workshop per year to promote consumer awareness and prevention of investment fraud. The workshop shall present information on common schemes and any fraud schemes currently circulating. The contractor shall maintain contact with local consumer advocacy agencies. The contractor shall assist clients with consumer complaints. Clients shall be assisted with drafting complaint letters, providing information on pertinent issues, referral to military and civilian resource agencies, SJA, or other needs specific to the cli ents situation. The Contractor shall not act as an ombudsman for RIA or any other civilian or government agency. Contractor resources are to be used to educate and train clients to solve their own problems. Financial Planning: ( FPP) The contractor shall prepare and present one workshop per year concerning long range financial planning. The workshop shall provide information on the following: Common investment and savings practices, such as bonds, stocks, IRA, CD, real estate, and trusts. Investment fraud and schemes. Investigating investment plans. Life Insurance. Retirement annuities. The contractor shall provide individual client services of a general information nature. The contractor shall not provide specific investment strategies. Clients requesting specific investment assistance must be referred to licensed financial agencies. The Contractor shall prepare one media article to be published in the E-TARGET newspaper and include a description of the program. The Contractor shall maintain a record of clients served. This record shall be given to the COR within the first full week of each month, and cover the previous month. Teaming (ERP & FRP) Contractor shall actively participate in the team process of ACS and abide by the existing Charter. Contractor shall attend meetings and assist with team decisions relevant to ACS. Contractor shall participate in cross-training and serve as back-up when necessary in other team programs which may include answering the telephone, providing office coverage, etc. Applicable Army publications will be furnished at the start of the contract. It is the responsibility of the contractor to establish follow-on requirements with the Publications Distribution Office. Supplements or amendments to these publications shall be considered to be in full force and effective immediately upon receipt by the contractor. It is the contractors responsibility to ensure these publications are posted and up-to-date. CONTRACTOR MINIMUM QUALIFICATIONS C.7. Minimum Qualifications A. Computer literacy to include Microsoft WORD, POWERPOINT, ACCESS, EXCEL, and the Internet. B. Knowledge of military life/community. C. Good working knowledge of job markets, as well as an established networking system. Education A. Minimum four (4) year degree, M.A. preferred. B. Licensure/accreditation with a nationally recognized board for financial counseling. Experience A. Prior experience with employment services and educational services. Proposals shall reflect pricing for base year and 4 option years. Award will be made based on evaluation of Expertise and education (40%), Experience specifically related to this type of program (40%) and Cost (20%) Interested firms able to meet these requirements are invited to submit response within 7 working days after appearance of this notice but only in writing with clear and convincing documentation to TACOM-RI, 1 Rock Island Arsenal, ATTN: AMSTA-AQ-ARI/Matth ew Lutes; Rock Island, IL 61299-6000 or by email to Matthew Lutes at: lutesm@ria.army.mil. Responses must include at a minimum how the contractor proposes to meet the requirements set forth herein. Written response must technical information sufficient to enable the Government to determine if a vendor can meet the Government's needs. If no affirmative responses are received clearly demonstrating a vendors ability to meet the Governments need after publication of this notice a sole source purchase ord er shall be issued to Jon C. Cook; Cook Consulting. All contractors who provide goods and services to the Department of Defense (DOD) must be registered in the Central Contractor Register (CCR) in order to be awarded DOD contracts. The Internet site for registering in the CCR is: http://www.ccr.com
- Place of Performance
- Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
- Zip Code: 61299-7630
- Country: US
- Zip Code: 61299-7630
- Record
- SN00695992-W 20041021/041019211912 (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 |