SOLICITATION NOTICE
G -- Request for Proposal for Child Care Services for the Montana Army National Guard
- Notice Date
- 12/4/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 624110
— Child and Youth Services
- Contracting Office
- USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
- ZIP Code
- 59604-4789
- Solicitation Number
- W9124V-13-T-0001
- Response Due
- 12/18/2012
- Archive Date
- 2/2/2013
- Point of Contact
- Bryan Baldwin, 406 324 3410
- E-Mail Address
-
USPFO for Montana
(bryan.j.baldwin@us.army.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 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.. This request is a hundred percent set aside for small business concerns. The NAICS code is 624110 and size standard is $7.0 million. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, Effective 1 June 2008 & Class Deviation 2005-00001. PERFORMANCE WORK STATEMENT 1. DESCRIPTION OF SERVICES 1-1. The Montana Army National Guard (MTARNG) Yellow Ribbon Re-integration Program (YRRP) requires child care for children (ages 0-5) and youth (ages 6-18) during the various YRRP seminars it hosts. Contractor shall provide the equipment, materials and supplies, management, supervision, and labor to provide childcare for the participants of the seminars, located in various locations across the state of Montana. 1-2. The number of children (ages 0-5) and youth (ages 6-18) expected to be at these events is not confirmed at this time but the start date, length of event, location, unit information, type of event and estimated number of children and youth is as follows: Start Date*Two Day EventLocationUnitTYPE OF EVENTAnticipated Number of children* Saturday, January 05, 2013YESBillings484th MP30 DAY POST15 Saturday, January 26, 2013YESKalispell495th CSSBDuring 120 Saturday, February 09, 2013YesHelenaHHC 189thPre Event80 Saturday, February 23, 2013YESBillings484th MP60 Day Post15 Saturday, February 23, 2013YESBillings484th MPDuring 230 Saturday, March 02, 2013YESHelenaB Co 189th30 Day Post40 Saturday, April 13, 2013YesHelenaB Co 189th60 Day Post40 Saturday, May 04, 2013YesHelenaHHC 189thDuring 180 Saturday, May 18, 2013YesBillings484th MP30 Day Post50 Saturday, JuneYesGreat Falls120th SFS30 Day Post15 Saturday, June 22, 2013YesBillings484th MP60 Day Post50 Saturday, JulyYesGreat Falls120th SFS60 Day Post15 Saturday, August 03, 2013YesKalispell495th CSSBDuring 220 *Dates and Number of children are subject to change 1-3. Documentation for employees and the contractors business shall be available at the site where care is provided. This will include, but is not limited to, business license(s), all required individual certifications, background checks, vaccinations and immunizations and proof or required insurance. State regulations and requirements can be found at: http://www.dphhs.mt.gov/earlychildhood/licensingregulations.shtml 1-4. Contractor must provide proof of insurance for an offsite location with children not enrolled in their day care curriculum and maintain this insurance for all events. Documentation of insurance will be required on site at all events. 1-5. The contractor will be required to implement an engaging and relevant curriculum at all events. The purpose of the curriculum is to productively occupy the children and youth with crafts, activities, music and reading preferably regarding deployment related issues. The staff under this contract shall provide a sample curriculum with their proposal. Information regarding pre approved curriculum can be found at http://www.4-hmilitarypartnerships.org/p.aspx?tabid=163. This information can be used in whole or part by the contractor for their proposed curriculum. Any curriculum outside of the above provided will require review and approval by the Contracting Officers Representative. Curriculum materials including electronics required for proposed curriculum will be provided by the contractor. 1-6. Offeror should be advised that, National Guard Child and Youth Program (MTNGCYP) with partner organization Operation Military Kids (OMK) will make a good faith effort to find volunteers and partners to provide OMK curriculum, Hero Packs and Mobile Technology Lab activities at Yellow Ribbon events. MTNGCYP will collaborate with partners to train volunteers and contracted staff on Yellow Ribbon Curriculum and Mobile Technology Lab activities. In no way can the volunteers provided by MTNGCYP or OMK be used to meet staffing ratios for youth care. Upon awarding of contract, awardee will be provided contact information for appropriate resources. 1-7. The contractor is responsible to provide transportation, lodging and per diem for their staff to the event. The COR will provide contractor the facility where the event will be located no later than seven business days prior to the event. 1-8. The contractor will be required to provide a minimum of 1 staff member per room with one extra for the whole event. The contractor will be required to staff one employee over the ratios required by the State of Montana if that requirement is not already met by providing 2 staff members per child/youth care room. Three rooms per event, 2 for infants and toddlers and 1 (one) for youth, is standard practice at all events unless otherwise informed. Contractor will ensure that there are a minimum of two staff per room and the following ratios are met (1:3) infants, (1:7) todders, (1:9) preschool and (1:13) school age. 1-9. Final room count and child / youth count will be provided no later than one week prior to an event to allow the contractor to adequately arrange for staff with a quote mark soft count quote mark approximately 3 weeks before the event. quote mark Soft count quote mark is a non binding estimate of rooms and children/youth planning on attending given to better allow the contractor to adequately staff each event. 1-10. 2. CONTRACTING OFFICERS REPRESENTATIVE 2-1 Contracting Officer shall delegate a Contracting Officer's Representative (COR) for this contract. 3. QUALITY ASSUARNCE SURVEILLANCE PLAN The Contracting Officer's Representative (COR) will monitor contractor performance and complete the Quality Assurance Worksheet at the conclusion of the event. The Quality Assurance Worksheet will be submitted directly to the Contracting Officer at the conclusion of the services. The Contracting Officer will assume a quality performance rating of quote mark Green quote mark on all measured deliverables unless otherwise notified. The quality rating may change from quote mark Green quote mark to quote mark Red quote mark without notice. We anticipate the COR utilizing the quote mark Yellow quote mark quality rating to alert the contracting office of quality issues that have the potential for a quote mark Red quote mark quality rating if corrective action is not taken. At the end of the contract period of performance the COR will be asked to complete a Quality Performance Review to document the quality performance rating during the performance period. This will be submitted to the Contracting Officer. The COR may submit a Quality Assurance Worksheet at anytime and as often as necessary to document quality levels. If Contractor response to an identified quality deficiency is unsatisfactory, the Contracting Officer will contact the appropriate Contractor representative to implement a plan of action to remedy the identified deficiency. 4. QUESTIONS AND ANSWERS Email all questions to MAJ Bryan Baldwin, bryan.j.baldwin@us.army.mil. Questions must be received no later than 4:00 pm MST December 11, 2012. Answers will be provided with questions on a non-attribution basis and will be posted to the Montana Army National Guard Business Opportunities website as an amendment to this solicitation. Instructions to Offerors Offerors shall provide a firm, fixed lump sum price for child care services IAW the schedule below for each event. Offer schedule will be provided as an attachment to this combined synopsis solicitation. CLINDESCRIPTIONQUANTITYUNIT OF MEASURE 0001Billings1LUMP SUM (LS) 0002Kalispell1LS 0003Helena1LS 0004Billings1LS 0005Billings1LS 0006Helena1LS 0007Helena1LS 0008Helena1LS 0009Billings1LS 0010Great Falls1LS 0011Billings1LS 0012Great Falls1LS 0013Kalispell1LS Contractor shall also provide a technical narrative describing their technical capability to perform the services in the performance work statement. Proposal shall also include proof of insurance, proof of license issued by the state of Montana, proof of CPR certification and proof of favorable background check by owner(s)/operator(s) and current employees. The proposal shall 3 references for child care services provided at an offsite location with a magnitude between 5 and 30 children. Reference will include daytime phone number and name of customer. 52.212-2, Evaluation-- Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical Capability. If services from offerors are found to be technically equivalent, price will be the determining factor. Technical capability will be determined by all of the criteria in items 1-4 below being offered by the contractor. The contractor shall provide a completed offer schedule as well as a signed letter stating the below items shall be met IAW the Performance Work Statement 1. Contractor certifies it meets all state requirements and certification, number of personal per age group. 2. Contractor certifies it meets all the insurance requirements. 3. Contractor is able to provide services at a hotel to be determined within 5 days of the proposed engagement. 4. Contractor submit a list of age-appropriate activities for each age group IAW the PWS. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition: 52.204-7 Central Contract Registration FEB 2011 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-2 Evaluation-Commercial Items JAN 1998 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FEB 2010 52.219-6 Notice of Total Small Business Set-Aside NOV 2011 52.219-28 Post-Award Small Business Program Representation APR 2009 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.222-41 Service Contract Act of 1956 NOV 2007 52.222-50 Combating Trafficking in Persons AUG 2007 52.223-5 Pollution Prevention and Right to Know Information MAY 2011 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Diving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 Insurance-Work on a Government Installation JAN 1997 52.232-18 Availability of Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-2 Service of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection of Government Buildings, Equipment and Vegetation OCT 1995 52.252-2 Clauses Incorporated by Reference FEB 1998 252.201-7000 Contracting Officer's Representative AUG 1992 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Whistleblower Rights 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.223-7006 252.225-7001 Buy American Act-Balance of Payments Program Certificate JUN 2005 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Offers must be submitted by hard copy to the USPFO for Montana, ATTN: CPT Bryan Baldwin, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789, no later than December 18, 2012 by 12:00 P.M. Mountain Standard Time. Offers may also be submitted electronically to bryan.j.baldwin@us.army.mil with the same deadline. If you have any questions, please contact MAJ Bryan Baldwin at 406-324-3405 or email bryan.j.baldwin@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-13-T-0001/listing.html)
- Place of Performance
- Address: USPFO for Montana P.O. Box 4789, Helena MT
- Zip Code: 59604-4789
- Zip Code: 59604-4789
- Record
- SN02941589-W 20121206/121204234518-10487dded4a3cb36f07e7b185f6696c8 (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 |