SOLICITATION NOTICE
R -- Discover Center Specialist
- Notice Date
- 9/14/2007
- Notice Type
- Solicitation Notice
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources 135 E ENT Ave STE 1055, Peterson AFB, CO, 80914-1385, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA2517-07-T-6082
- Response Due
- 9/18/2007
- Archive Date
- 10/3/2007
- 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; Quotes are being requested and a written solicitation will not be issued. (ii) This solicitation, FA2517-07-T-6082 is being issued as a Request for Quotation (RFQ). Funds have not yet been commited for this solicitation and this solicitation is being issued in anticipation of EOY funds. (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20. (iv) This acquisition is being set aside for small business concerns. The NAICS code is 561320 and the small business size standard is 12.5 million dollars. (v) The following commercial items are being requested in this solicitation: CLIN 0001 Discovery Center Specialist contract will be one year with 1 additional option year (CLIN 0002). (vi) Please see Statement of Work for requirements for the items listed to be acquired. (vii) The base Period of Performance will be 24 Sept 2007 ? 23 Sept 2008 (24 Sept through 30 Sept will be considered a phase-in period). Option I Period of Performance will be 24 Sept 2008 ? 23 Sept 2009. Services will be rendered at 21 MSS/DFP 135 DOVER ST STE 1055 RM 1016 PETERSON AFB CO 80914. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The Government Reserves the right to award on multiple award or an all or none basis. All vendors must be registered in Wide Area Workflow by quote due date. All firms must be registered in the Central Contractor Registration Database @ www.ccr.gov prior to quote due date in order to be considered for award. Vendors must submit documentation of qualifications as listed in the Statement of Work to be considered for award. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. Quotes will be evaluated on the basis of price (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, is applicable to this acquisition. All vendors must be registered in ORCA at the time of Quote submittal. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. a) 52.219-6 Notice of Total Small Business Aside b) 52.222-3 Convict Labor; c) 52.222-21 Prohibition of Segregated Facilities; d) 52.222-26 Equal Opportunity; e) 52.222-35Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; f) 52.222-36 Affirmative Action for Workers with Disabilities; g) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; h) 52.225-13 Restrictions on Certain Foreign Purchases; i) 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration; j) 52.222-41 Service Contract Act of 1965, as Amended; k) 52.222-42 Statement of Equivalent Rates for Federal Hires (xiii) The clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.232-7003 Electronic Submission of Payment Requests; 5352.223-9001 Health and Safety on Government Installations; 5352.242-9000 Contractor access to Air Force installations; 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel. 52.217-9 -- Option to Extend the Term of the Contract.52.217-8 -- Option to Extend Services. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable. (xv) Numbered Notes are not applicable (xvi) Quotes are required to be received no later than 12:00 p.m. Tuesday, 18 Sep 2007 by 21 CONS. (xvii) All Quotes must be sent to A1C Tess M Foster. Email tess.foster@peterson.af.mil. STATEMENT OF WORK FOR AIRMAN & FAMILY READINESS CENTER 1.0 SCOPE OF WORK The Contractor shall provide management of services provided by the Airman & Family Readiness Center (A&FRC) on Peterson AFB. Coverage will be provided 40 hours per week between the hours of 0730 and 1630 hrs in the Airman & Family Readiness Center. Hours may be adjusted with prior approval of the Director of the Airman & Family Readiness Center. (i.e. evening classes or evening hours). 2.0 DESCRIPTION OF SERVICES The contractor will assist the Airman & Family Readiness Center (A&FRC) staff in providing a full range of readiness services in the following areas: transition, spouse employment, relocation, financial, family life, and family readiness information to authorized patrons who are seeking assistance at the A&FRC. Provide technical assistance to customers, assisting in the operation of computer-based programs, as specified in requirements below, and other programs available in the A&FRC. Serve as initial point of contact for all A&FRC software, hardware, and user problems relating to Quality of Life (QoLNet) network issues. If the contractor cannot resolve the problem he/she should contact the Work Group Manager (WGM) for assistance. 2.1 Assess and report potential risk on the Discovery Center?s Quality of Life (QoLNet) network. 2.2 Assist with equipment installation/configuration. Notify the WGM or equipment custodian of any hardware relocation within the DRC. 2.3 Install program software on resource center end-user workstations as authorized by supervisor. 2.4 Immediately report all computer equipment outages to the WGM. This is necessary for tracking problem areas and identifying maintenance trends. 2.5 Troubleshoot user hardware and software errors to the best of their ability. 2.6 Relocate/replace user workstations when required by A&FRC management. 2.7 Promotes user awareness concerning unauthorized or illegal use of computer hardware and software. 2.8 Keep users informed of network status and services. 2.9 Ensure workstations and network software remains virus free. 2.10 Review and submit locally developed software to the WGM. Will not install or modify any equipment or software without prior approval from WGM. This includes any software downloaded from World Wide Web (WWW) or vendor bulletin board systems (BBS). 2.11 Maintain job announcements, both electronic and hard copies. 2.12 Maintain Quality of Life Network (QoLNet) network integrity. Permits only authorized users to access the QoLNet and Internet Service Provider (ISP) accounts. 2.13 Perform routine systems maintenance and weekly system backups. 2.14 Check in and catalog new materials within one week of receipt, develop bibliographies of all resources, and make recommendations for ordering additional or updated resources. 2.15 Ensure maintenance of accountability statistics on resources used by clients as directed by supervisor. 2.16 Ensure that work area maintains a orderly appearance. 2.17 After opening the DRC, bring up main menus on all computers, ensure printer paper is loaded and sign-in log is available for appropriate date. 2.18 Ensure all clients completely fill out sign-in log. Provide to FSC management a monthly client usage report in the format established by them not later than the fifth working day of the next month. 2.19 Assist clients with technical questions concerning use of computer programs, such as, but not limited to, formatting of materials to be printed, resumes, and on-line application procedures for Federal employment; and other electronic equipment. 2.20 Provide information and referral services to clients seeking assistance with services such as financial, parenting, relationship problems, change management, transition, careers, relocation information, and all other A&FRC services. 2.21 Be familiar with the cataloging system for print and video materials as established by the A&FRC management, and be able to assist clients in locating and selecting appropriate resource materials based on their needs. 2.22 Catalog new material and shelve material in appropriate areas. Displays of newly acquired materials will be arranged in an area designated by the A&FRC management, and changed each week or as needed. 2.23 Inventory all materials quarterly no later than the last working day of the last month of the quarter. Report any loss or damage to the A&FRC management the next duty day. 2.24 Responsible for checking in/out resource materials during contractor's work hours. Military/family member/civilian ID cards will be presented as proof of identity when checking out materials. Make telephone or e-mail follow-up calls for materials not returned within the time frame established by A&FRC management. 2.25 Maintain computer security at all times, to include the following: 1. A&FRC clients will be limited to those software programs accessible through the main menu. Usage of all other programs, including the operating system will not be allowed. 2. All removable media (disks, flash drives) will be scanned for viruses prior to usage. If a virus is detected, the computer and disk will be secured and the WGM notified immediately. 3. Access to any on-line program will be under the direct supervision of the contractor. 4. Any and all computer software/hardware malfunctions or abuse will be documented and reported immediately to the WGM. 2.26 Train A&FRC personnel on Discovery Center software and basics of Microsoft applications. 2.27 Assess and clarifies customers? needs via phone calls or as walk-ins to the A&FRC. Refers customers to appropriate resources or Community Readiness Technicians/Consultants. 2.28 Contractor will conduct instructional classes for spouses in basic computer and Microsoft computer software and usage. 3.0 HOURS OF OPERATION 4.1 Normal Hours of Operation: The contractor shall provide coverage 50 weeks per option period and shall provide services required under this contract Monday through Friday from 0730 ? 1630 hrs, except on Federal Holidays or when changes to the schedule occur (i.e. evening classes or evening hours). Hours may be adjusted with prior approval of the Director of the Airman & Family Readiness Center. 4.2 Holidays: All Federal Holidays off. (Not to include AFSPC Family Days) 4.3 Scheduling: The contractor shall schedule appointments directly with the customer within normal hours of operation. 5.0 SECURITY REQUIREMENTS 5.1 Physical Security. The contractor shall be responsible for safeguarding all government property provided for contractor use. At the close of each work day, government facilities, equipment, and materials shall be secured. 5.2 Pass and Identification Items. The contractor shall ensure the pass and identification items required for contract performance are obtained. 5.3 Retrieving Identification Media. The contractor shall return all identification media; including vehicle passes prior to contract expiration or termination of service. 5.4 Traffic Laws. The contractor shall comply with base traffic regulations. 5.5 Key Control. The contractor shall establish and implement methods of making sure all keys issued to the contractor by the Government are not lost or misplaced and are not used by unauthorized persons. The contractor shall not duplicate any keys issued by the government. Report lost keys to the Director of Airman & Family Readiness Center. 5.5.1 In the event keys, other than master keys, are lost or duplicated, the contractor may be required, upon written direction of the contracting officer, to re-key or replace the affected lock or locks without cost to the government. The government may, however, at its option, replace the affected lock or locks or perform re-keying and deduct the cost of such from the monthly payment due the contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the government and the total cost deducted from the monthly payment due the contractor. 6.0 OTHER SIGNIFICANT FACTORS/QUALIFICATIONS Contractor must have a background in, and working knowledge of: 6.1 Competence in basic computer operations and have a working knowledge of Microsoft Office products. 6.1 Basic understanding of military protocol, support group organizations, understanding of family systems in a military setting, ability to communicate, and work effectively with diverse groups. 6.2 Speak, write and understand the English language fluently. 8.0 LOCATION 8.1 The A&FRC, Bldg 350, Peterson AFB
- Place of Performance
- Address: 135 DOVER ST, SUITE 1055, PETERSON AFB
- Zip Code: 80914
- Country: UNITED STATES
- Zip Code: 80914
- Record
- SN01407328-W 20070916/070915194819 (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 |