SOLICITATION NOTICE
R -- Family Advocacy Program Manager
- Notice Date
- 11/16/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- U.S. Army Contracting Command - New Jersey, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-13-R-5000
- Response Due
- 12/17/2012
- Archive Date
- 1/16/2013
- Point of Contact
- Michael Zanowicz, Contract Specialist, 973-724-2896
- E-Mail Address
-
Michael Zanowicz
(michael.e.zanowicz.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation. Quotations are being requested and a written solicitation will not be issued. A firm fixed price purchase order is anticipated. Quotations must reference no. W15QKN-13-R-5000. The NAICS code is 624190. The Government has a requirement for a Family Advocate Program Manager (FAPM), in accordance with the Statement of Work (SOW) included herein. Statement of Work for FAPM Scope 1.1. The contractor will serve as Family Advocacy Program Management and provide support services. 2. Requirements 2.1. Personnel 2.1.1. All contractor employee(s) working on this contract shall possess at least a Master degree in one of the following fields: social work, psychology, marriage, family and child counseling, counseling, public administration or public health. 2.1.2. A minimum of 2 years of postgraduate experience in community organization or management. Five years of postgraduate experience is preferred with at least 2 of the last 5 years in programs dealing with family violence issues. 2.1.3. Experience should involve working with families who have experienced domestic violence, victims of spouse abuse, public speaking, working with groups, and case management. 2.1.4. Experience may also include direct social welfare services, application of program policies and operations, collaboration with county, state, and federal agencies/programs, and knowledge of services to military families. 2.2. Family Advocacy Program Management support services shall: 2.2.1. Coordinate, prepare and provide training courses on child abuse and neglect and spouse abuse and methods of prevention. Present courses or coordinate with other sources such as Social Work Service, Division of Youth and Family Services, Chaplains, and MEDDAC for availability of instructors. Coordinate with outside agencies to instruct classes and do training workshops. Discuss policy, instructs attendees in recognition skills of child/spouse abuse. Teach prevention and family wellness skills, emphasizing family strength. 2.2.1.1. Provide all mandatory annual, and as needed training for CYSS staff, volunteers and other organizations as needed or requested. 2.2.1.2. Provide mandatory training for all unit commanders and non-commissioned officers in the area of identification of potential problems and what actions may be taken within regulatory and statutory limitations. 2.2.2. Provide crisis intervention counseling for active duty military and, family members. Interviews individuals in order to elicit facts pertinent to problem areas. Assesses client needs and refers clients to the appropriate agency to meet needs. Cases are rarely one dimensional with many interrelated problems that require a high degree of professional judgment, knowledge and skill. Makes professional decisions upon the presenting problem. 2.2.3. Establish local procedures for liaison and referral with appropriate local military and civilian health and human service agencies capable of assisting victims and perpetrators of child/spouse maltreatment. 2.2.3.1. Referral procedures include both emergency and existing assets to extend the amount of support available 2.2.3.2. Develop contacts with key resource persons. 2.2.3.3. Liaison with health and human service agencies that provide peer support and counseling. 2.2.4. The contractor shall represent the multidisciplinary Family Advocacy Case Review Committee (CRC), which has the responsibility for identification, and verification of spouse/child abuse and determination, as well as case management and treatment. Develop and compile minutes of the meeting and forward for approvals. 2.2.5. Prepare newspaper and newsletter articles and brochures to educate the community on FAP Programs, Events and Trainings. Employ such communication vehicles as the Voice, Emails, Flyers and ACS Newsletter. 2.2.6. Attend the Annual FAP Conference, FAST and FASTA Training and various trainings recommended by DoD for FAPMs. 2.2.7. The contractor shall represent the ACS Team, being able to assist clients with additional services provided by ACS. 2. Deliverables 3.1. Family Advocacy Program 2.2.1 SOP, MOA/MOU, Articles, Brochures, Lesson plans, attendance sheets, class evaluations, monthly statistical reports. 2.2.2 Completed family/individual assessment form, contact log, and referral forms. 2.2.3 MOA/MOU and Resource Library 2.2.4 Meeting Minutes. 2.2.5 Articles, Brochures and Flyers. 2.2.6 After Action Report and Certificate of Training to the ACS Chief. 2.2.7 Completed Cross Training of ACS programs 4. General 4.31. Period of performance for the base year shall be 12 months after contract award with four (4) 12 month option years. 5. Attachments 5.1. Performance Requirements Summary/Quality Assurance Surveillance Plan (PRS/QASP) 5.2. ACCOUNTING FOR CONTRACT SERVICE 5.2.1. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. 5.2.2. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: 5.2.2.1. (1) Contracting Office, Contracting Officer, Contracting Officer Technical Representative; 5.2.2.2. (2) Contract number, including task and delivery order number; 5.2.2.3. (3) Beginning and ending dates covered by reporting period; 5.2.2.4. (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; 5.2.2.5. (5) Estimated direct labor hours (including sub-contractors); 5.2.2.6. (6) Estimated direst labor dollars paid this reporting period (including subcontractors); 5.2.2.7. (7) Total payments (including sub-contractors); 5.2.2.8. (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); 5.2.2.9. (9) Estimated data collection cost: 5.2.2.10. (10) Organizational title Associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information): 5.2.2.11. (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); 5.2.2.12. (12) Presence of deployment or contingency contract language; and 5.2.2.13. (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). 5.2.3. As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. 5.2.4. Contractors may use a direct Extensible Markup Language (XML) data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. The period of performance will be a base year beginning January 2013, with options to extend the period of performance at the sole discretion of the Government up to a maximum of four years. Quotations must include a price for the base year and for each option year. For evaluation purposes, the option prices will be added to the base price. Provisions 52.212-1, Instructions to Offeror Commercial Items applies to this acquisition. Respondents are advised to include the following with their quotations: A completed copy of provision 52.212-3, Offeror Representations and Certifications Commercial Items; a completed Non-disclosure Agreement as set forth in clause ARDEC68, Identification of contract Employees, which is available from the contracting officer or may be downloaded under this solicitation number at http://procnet.pica.army.mil. Evidence of minimum education / experience qualifications. The following clauses apply to this acquisition; 52.212-4, Contract Terms and conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders Commercial Items; all clauses that are identified by federal Acquisition Regulation and DoD and Army Supplements as mandatory, e,g, FAR 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.222-36; Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-39; Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); 52.232-33, Payment by electric funds transfer central Contractor registration (Oct 2003) (31 U.S.C. 3332). DFARS 252.225-7014, Preference for Domestic Specialty Metals, Alternate 1 (Apr 2003) (10 U.S.C. 2533a). The reference Provisions and Clauses can be found in full text at the following websites: http;//www.acqnet.gov. Additional information relative to this solicitation may be posted at the issuing office website, http;//procnet.pica.army.mil without further notification through FedBizOpps. Respondents must be registered in S.A.M. in order to be awarded a purchase order in response to this solicitation. The government plans to issue a purchase order to the responsible Offeror whose quotation conforms to the solicitation and is determined by the Contracting officer to represent the lowest Price Technically Acceptable (LPTA), to the Government. The government reserves the right to make no award. The following factors for an LPTA award will be considered; therefore supporting documentation must be included with the price quotation. Selection of a quote for award will be based on an evaluation of quotes in the areas of Technical and Price with award being made to the offeror whose quote is the lowest priced and is technically acceptable. Under this evaluation approach, a quote would not receive any additional credit for exceeding the established minimum defined requirements of technical acceptability. The technical portion of the quote will be rated acceptable or unacceptable based on assessment of the requirements stated included in the SOW and salient features as follows. Technical Acceptable/Unacceptable Ratings Rating Description: Acceptable Proposal: Clearly meets the minimum requirements of the solicitation. Unacceptable Proposal: Does not clearly meet the minimum requirements of the solicitation 1. Knowledge of AR 608-18 Family Advocacy Program to deliver direct services in handling of the complex issues associated with spouse and child abuse by promoting awareness of the nature and dynamics of family violence (i.e. child abuse problems). 2. Intense practical knowledge of military and community resources and services, crisis intervention, and how individuals in distress may quickly obtain the types of assistance required. 3. Experience in Training and Briefings. 4. Computer Knowledge in Microsoft Word, Excel, PowerPoint, Outlook. 5. Knowledge of Army correspondence procedures. All inquiries/questions concerning this procurement, either technical or contractual, must be submitted via email to the Contracting Office; phone call inquiries will NOT be accepted. No direct discussion between the technical representative and a prospective offeror will be conducted. The closing date for the submission is C.O.B Friday December 14, 2012. Submission by email is preferred. The point of contact for this action is US Army Contracting Command-New Jersey ACC-NJ-JA, the Contract Specialist, Michael Zanowicz, Michael.e.zanowicz.civ@mail.mil, building 45C, Phipps Road, Picatinny Arsenal, New Jersey 07866-5000.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4ede84130ed3720ac56d8a94f3bffeb3)
- Record
- SN02932910-W 20121118/121116235028-4ede84130ed3720ac56d8a94f3bffeb3 (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 |