Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2013 FBO #4283
SOURCES SOUGHT

R -- Army Career Alumni Program (ACAP) Transition Services

Notice Date
8/14/2013
 
Notice Type
Sources Sought
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
MICC Center - Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D13R0041
 
Response Due
8/21/2013
 
Archive Date
10/13/2013
 
Point of Contact
Viktoria Reed, 502-624-4126
 
E-Mail Address
MICC Center - Fort Knox
(viktoria.s.reed.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL AND THE GOVERNMENT IS NOT COMMITTED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT. It is a market research tool being used to assist in the determination of a procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this announcement and other factors. The Government is not obligated to, and will not pay for any information received from potential sources as a result of this notice. Mission and Installation Contracting Command (MICC) - Fort Knox is seeking possible sources to provide the scope of services supported by the Human Resources Command (HRC). The support will be provided throughout the Continental United States (CONUS) and some Outside Continental United States (OCONUS) locations to include, but not limited to Korea, Kuwait, Germany and Italy. HRC requires a non-personal services contract to operate established Army Career Alumni Program (ACAP) Centers and Satellite Offices and provide pre-separation counseling and employment assistance training services. The Contractor shall offer a choice based program which allows users to receive services through face-to-face and/or virtual means. Virtual capabilities shall replicate the experience of congressionally mandated pre-separation counseling, Department of Labor (DOL), Transition Assistance Program (TAP) workshops, and Veterans Affairs (VA) benefits briefings, and data collection to track virtual services to individual users. Additional capabilities shall include a business oriented social network which connects users to jobs, 24/7 call chat center, and telephone voice over internet protocol to provide instant messaging, file transfer and video conferencing. The Commander and the ACAP mission share a common goal of assisting Soldiers in Transition; it is imperative that the Contractor collaborate and coordinate transition efforts with the local ACAP Transition Services Manager (TSM) in order to meet the needs of the local Commander. For locations that are not managed by the Installation Management Command (IMCOM), the Contractor shall work in coordination with the local Commander. The TSM is accountable to the Garrison Commander for ensuring Transition/ACAP mission meets the needs of the separating Soldiers and will serve as the quality assurance evaluator for all contract activities at assigned locations. The contractor in support of the ACAP mission shall coordinate all transition activities with the local TSM to insure they support the overall mission goals set by the ACAP program office and Garrison Commander. The general ACAP process includes: Identifying and notifying transitioning Soldiers; Assessing their needs and the ability of service providers to meet those needs; Providing tailored transition assistance counseling and employment assistance services to transitioning Soldiers (Active Component/Reserve Component), DA Civilians and Family members: Conducting follow up and evaluation to ensure Soldiers' needs and common readiness standards are met: and, Keeping unit commanders informed of their soldiers' transition status. The objectives are: Man and staff Transition locations based on throughput; Establish, man, and staff Forward Transition Support Teams (FTST) and Mobile Transition Teams (MTT) based on throughput; Ensure Soldiers separating with over 180 days of Active Duty or retiring service members receive Pre-separation counseling not later than 12 months prior to the separation or retirement date; Provide employment assistance training and support to facilitate Soldier employment; Collect data and summarize metric information from the data; Provide choice-based program to Soldiers, their Family members, and eligible DA Civilians, which will allow the user to receive services through face-to-face or virtual means; Support installation notification, and follow-up to ACAP clients; Assist with the synchronization of IT efforts for the Transition Program. Companies interested in this opportunity are encouraged to provide a statement of capabilities. At a minimum, the statement of capabilities shall address the following areas: 1)Contractor's name 2)Contractor's address 3)Contractor's point of contact (including name, address, phone number, and email address) 4)CAGE code 5)Business size. If small business please specify all small business classifications (i.e., 8a, women owned, etc.) under NAICS code 541612. 6)Capability to support requirements listed above. In order to facilitate review of capabilities, the Government requests contractors complete below table by marking quote mark YES quote mark or quote mark NO quote mark on each of the columns to identify the areas of expertise: Transition and job assistance counseling in accordance with Congressional Law and DA Policy, to include pre-separation counseling, development of individual transition plans, individual counseling, employment workshops, resume writing, etc. Development, maintenance, and execution of a Government approved web-based training programs Financial planning counseling Education counseling Development of training curriculum to include face-to-face and virtual except for training developed and provided by the DOL, VA, and Small Business Administration (SBA) in support of newly signed legislation Management of contracts at several different locations Performance at OCONUS locations (foreign countries) 7)Description of relevant experience for every quote mark YES quote mark answer to the column quote mark experience performing this requirement quote mark. Please only include contracts performed in the last 3 years. Experience shall include: a.Contract Number (Government or non-Government contracts are acceptable) b.Contract Value (base and all options) c.Type of contract (i.e., FFP, T&M, etc.) d.Period of performance e.Description of services performed (to include # of employees supporting the requirement and places of performance, specify if services were provided at OCONUS locations) f.Point of contact of person accepting services (name, company/organization name, phone number, and email address). Statements of capabilities shall not exceed 5 pages and shall be received not later than 21 August 2013, 9:00 am eastern time by Erin Quinn-Neuendorf, Contracting Officer, Mission and Installation Contracting Command - Fort Knox, at erin.g.quinn-neuendorf.civ@mail.mil and Viktoria Reed, Contract Specialist, Mission and Installation Contracting Command - Fort Knox, at viktoria.s.reed.civ@mail.mil. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government use of such information. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and future RFP. Proprietary information or trade secrets, if any, must be clearly marked on all materials. All information received that is marked as proprietary will be handled accordingly. All Government personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 2102. The Government will not be held liable for any damages incurred if proprietary information is not properly identified. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL, BUT A MARKET SURVEY TO LOCATE POTENTIAL SOURCES.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/119998b4cab2e4314cad3c300a64a42c)
 
Place of Performance
Address: MICC Center - Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY
Zip Code: 40121-5000
 
Record
SN03148988-W 20130816/130814235615-119998b4cab2e4314cad3c300a64a42c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.