MODIFICATION
R -- VT Veterans Outreach Team Services
- Notice Date
- 3/7/2017
- Notice Type
- Modification/Amendment
- NAICS
- 624190
— Other Individual and Family Services
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Vermont, Camp Johnson, Building 3, Colchester, Vermont, 05446-3004
- ZIP Code
- 05446-3004
- Solicitation Number
- W912LN-17-R-0003
- Archive Date
- 4/4/2017
- Point of Contact
- Michael L. Follett, Phone: 8023383189, Joyce L Merrill, Phone: 8023383190
- E-Mail Address
-
michael.l.follett.civ@mail.mil, joyce.l.merrill.mil@mail.mil
(michael.l.follett.civ@mail.mil, joyce.l.merrill.mil@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR ACTIVE SBA 8(a) program participants only. This notice is for planning purposes only and does not obligate the government to award a contract or otherwise pay for the information provided in response. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any contractor responding to this notice should ensure that its response is complete and sufficiently appropriate and sufficiently detailed to allow the government to determine the contractor's qualification to perform work. Respondents are advised that the government is under no obligation to acknowledge the receipt of the information received or to provide feedback to respondents with respect to any information submitted. Responses to this notice will not be considered adequate responses to a solicitation. The following is a summary of a Performance Work Statement (PWS): Capability packages should clearly address the following: (The full PWS is attached) The Vermont Army National Guard State Family Program Office is anticipating a requirement for contractor support to administer all aspects of Vermont Veterans Outreach program by identifying veterans residing in all 14 counties of Vermont and connecting them to the veteran benefits and services of which they are eligible. The Contractor shall provide peer to peer support and outreach to all Vermont veterans residing in the 3 urban OMB counties (Franklin, Grand Isle and Chittenden) as well as the 11 rural, non-metro counties. Provide outreach services to educate all Vermont Veterans on the available programs at the national, state and local levels. Contractor shall continuously identify improvements to delivery of services to ensure the highest level of service is provided to all Vermont Veterans. Contractors shall frequently deal with highly sensitive personal issues. Health Insurance Portability and Accountability Act (HIPPA) and Privacy Regulations will be strictly followed to ensure confidentiality and right to privacy is maintained 100% of the time. Contract employees shall complete a confidentiality agreement prior to initiating work on this contract. Contractor workforce must comply with all personal identity verification requirements (FAR Clause 52.204-9, Personal Identity Verification of Contractor personnel) as directed by DOD, HQDA and/or local policy. All contractor employees, including subcontractor employees, requiring access to an Army or VTARNG controlled installation, facility, or area shall comply with applicable security policies and procedures provided by the VTARNG security office. This includes policies pertaining to the use or prohibition of electronic recorders, devices, cameras, etc. If the Contractor is required to take photographs or videos on a Government Installation, the Contractor must obtain written permission from the Senior Commander. The contractor shall also provide all information required for background checks to meet installation and facility access requirements to be completed by the state Physical Security Manager, Director of Emergency Services, or Security Office. In addition to the changes otherwise authorized by the changes clause of this contract, should Force Protection Condition (FPCON) at any individual facility or installation change, the government may require changes in contractor security matters or processes. The vendor must pre-screen applicants using the E-verify Program (http://www.dhs.gov/E-Verify) website to meet the established employment eligibility requirements. The vendor must ensure that the applicant has two valid forms of government issued identification. An initial list of applicants must be provided to the COR no later than 7 business days after contractor employee hire to start the CI-focused security screening process. All contractor employees, to include subcontractor employees, requiring access to VTARNG controlled installation, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 45 calendar days after completion of training by all employees and subcontractor personnel. This is an annual training requirement. AT level I awareness training is available at the following website: http://jko.jten.mil/courses/atl1/launch.html Minimum desired qualifications: Outreach Coordinator: Highly desired Bachelor's Degree or demonstrated practical experience in the area(s) of expertise required by the technical specifications, as well as demonstrated capability in program / project coordination applications with five years' experience. The contractor will be involved with complex programs involving multiple tasks. Other combinations of experience and education that meet the minimum qualifications may be substituted. Outreach Specialist & Veterans Administration Liaison: Desired Bachelor's degree or demonstrated practical experience in the area(s) of expertise required by the technical specifications, as well as a demonstrated capability in program / project coordination applications with three years' experience. Program Analyst: Highly desired Bachelor's degree in the area(s) of expertise required by the technical specifications, or demonstrated comprehensive knowledge of analytical principles to support complex research and analysis assignments with five years of experience. Special Qualifications: Demonstrated experience with military family benefits and familiarity with military family challenges is highly desired. The contractor shall demonstrate knowledge of the following programs: - Family Readiness Program (AR/NGB 600-12) - Suicide Prevention and Awareness Programs - Resiliency programs - Sexual Harassment Assault Response and Prevention Programs Skilled in oral and written communication to convey information, explain issues to management, individuals and/or groups to accept a position or recommendations and accomplish objectives with which they might initially disagree or are hesitant to accept. The Government requests interested SBA 8(a) registered participants submit a response which shall include a brief description of same/similar services offered to the Government and to commercial customers and any existing / anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor protégé relationship, etc). Interested parties should submit their capability packages by 20 March 2017, 3:00 pm EST to Michael.l.follett.civ@mail.mil. Please include company name, address, telephone number and technical point of contact, brochures / literature. Capability packages must not exceed 15 pages, must be submitted electronically and should clearly indicate whether your firm is capable to provide management and related administrative support services for individuals and families. All information is to be submitted at no cost or obligation to the Government. THIS SOURCES SOUGHT NOTICE IS BEING ISSUED FOR PLANNING AND MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITAITON. REPSONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CONNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE GOVERNMENT IS NOT AND WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT NOTICE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA43/W912LN-17-R-0003/listing.html)
- Place of Performance
- Address: VTARNG State Family Program Office, 789 VT National Guard Road, Colchester, Vermont, 05446, United States
- Zip Code: 05446
- Zip Code: 05446
- Record
- SN04427146-W 20170309/170307235940-78270e2f07a5b341c3bcc187c0af296b (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 |