SOURCES SOUGHT
G -- Child and Youth Care Services
- Notice Date
- 1/18/2018
- Notice Type
- Sources Sought
- NAICS
- 624410
— Child Day Care Services
- Contracting Office
- Department of the Army, National Guard Bureau, 136 MSG/MSC, TX ANG, 200 HENSLEY AVE, BUILDING 1672, CARSWELL JOINT RESERVE BASE, FORT WORTH, Texas, 76127-1672, United States
- ZIP Code
- 76127-1672
- Solicitation Number
- W912L118Q0044
- Archive Date
- 3/3/2018
- Point of Contact
- Micah A. Kruse, Phone: 8178523254, Lisa M. Menken, Phone: 8178523454
- E-Mail Address
-
micah.a.kruse.mil@mail.mil, lisa.m.menken.mil@mail.mil
(micah.a.kruse.mil@mail.mil, lisa.m.menken.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION The 136 th Mission Support Contracting Office is issuing this sources sought as a means of conducting market research to identify parties having the interest and resources to provide Child and Youth Care Services in support of future events hosted by the 136 th Airlift Wing. Based on the responses to this sources sought notice/market research, future requirements may be set-aside for small businesses (in full or in part) or procured through full and open competition, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. The Government does not anticipate responding to submissions, but may request additional information from respondents if determined necessary. PLACE OF PERFORMANCE The principal place of performance includes a 50-mile radius around Naval Air Station Fort Worth Joint Reserve Base (Zip Code 76127) located in Fort Worth, Texas. The exact location of services is dependent upon the location of future events, but may include commercial venues (e.g. hotels, conference centers, etc.) or Government-owned facilities (i.e. military installation). It is the Government's intent for Child and Youth Care Services to be performed at the same location as the main event and not at a separate location (i.e. childcare contractor's facility). DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), INVITATION FOR BID (IFB), OR REQUEST FOR QUOTE (RFQ) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE SOLICITATION ISSUED BY THE GOVERNMENT. BACKGROUND The 136 th Airlift Wing hosts various events (e.g. Yellow Ribbon Reintegration Program (YRRP), Air National Guard (ANG) Strong Bonds Program, etc.) for its members. In order to host these events, Child and Youth Care Services are often required for members in attendance. Historically, these services have been provided by a contractor at the event location, in spaces (i.e. meeting rooms) procured by the Government. The number requiring care is varies based upon event size, but is generally 25 to 35 children/youth of various age groups. REQUIRED CAPABILITIES The Contractor must be capable of providing Child and Youth Care Services for children/youth of various age groups. The estimated period of performance for future requirements varies, but generally consists of one (1) or two (2) days of Child and Youth Care Services at various locations located in a 50-mile radius around Naval Air Station Fort Worth Joint Reserve Base (Zip Code 76127) located in Fort Worth, Texas. Specifics regarding dates, locations, number of children, and other details will be provided in future solicitations-if released. The Contractor will not be responsible for securing childcare space in which to provide services or materials utilized by children/youth, but will be required to utilize a contractor-provided and government-approved activity agenda. If your organization has the potential capacity to perform these contract services, please provide a capability statement that includes the following information: 1. Company name, phone number, email address, point of contact, CAGE Code/DUNS Number, company address, and a brief company profile. 2. Relevant skills, experience, knowledge, and equipment required to perform the specified type of work. The Capability Statement should address the following: a. Hiring Methodology b. Maximum number of children that your company is capable of providing childcare for an 8-hour period. c. Safety and Emergency Procedures d. Sample Activity Agenda for various age groups (e.g. 0-24 months, 25-35 months, 3-5 years old, and 6-12 years old). 3. Type of work that your company has previously performed in support of the same or similar requirements. In particular, describe whether your company has performed these services in support of the Yellow Ribbon Reintegration Program (YRRP) or ANG Strong Bonds Program. 4. Business size (large or small) and socioeconomic status (i.e. HUBZone small business, EDWOSB, WOSB, 8(a) business, etc.). 5. Proof of licensure and/or childcare registration within the vendor's state of business. If licensure and/or state childcare registration are not applicable, please identify the exemption by citing the applicable state code/regulation. 6. Proof of compliance with the criminal history background checks required by 42 U.S.C. 13041 and Department of Defense Instruction (DoDI) 1402.05 - Background Checks on Individuals in DoD Child Care Services Programs. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS - 41 U.S.C. chapter 67, Service Contract Labor Standards - Criminal history background checks on employees who will perform childcare services in accordance with 42 U.S.C. 13041 and Department of Defense Instruction (DoDI) 1402.05 - Background Checks on Individuals in DoD Child Care Services Programs. - Installation Access (If performed on Government installation): Contractor and sub-contractor employees must be able to obtain installation access for those events that occur on a government installation. In order to obtain access, contractor and sub-contractor employees must comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB), applicable installation, facility and area commander installation/facility access, and local security policies and procedures. ELIGIBILITY The applicable NAICS code for this requirement is 624410 (Child Day Care Services) with a Small Business Size Standard of $7.5 Million. The Product Service Code is G099. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS The Government anticipates issuing future solicitation(s) on a competitive basis and utilizing a Firm Fixed Price contract type. The proposed contract is anticipated to include tasks that would be accomplished by labor categories that are subject to the Service Contract Labor Standards or a collective bargaining agreement. It is recommended, at a minimum, that respondents review the minimum wages for occupations listed under Occupation Code 24000 (Personal Needs Occupations) for Tarrant and Dallas Counties. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. All questions must be submitted in writing to usaf.tx.136-aw.list.fal-msc-contracting@mail.mil. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. Interested parties are requested to submit a capabilities statement in Microsoft Word or Portable Document Format (PDF) that does not exceed ten (10) pages in length. The deadline for response to this request is no later than 5:00 PM, CST, 16 February 2018. All responses under this Sources Sought Notice must be e-mailed to usaf.tx.136-aw.list.fal-msc-contracting@mail.mil. Respondents are permitted to contact the 136 th Mission Support Contracting Office by phone at 817-852-3254 to verify receipt by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA41-1/W912L118Q0044/listing.html)
- Place of Performance
- Address: 136th Airlift Wing, 200 Hensley, Bldg 1672, Fort Worth, Texas, 76127, United States
- Zip Code: 76127
- Zip Code: 76127
- Record
- SN04793257-W 20180120/180118231341-fd214f27da0e9adb415be76f0f92249c (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 |