See attached Combo Synopsis, PWS and Wage Determination
Action Code: Combined Synopsis/Solicitation Notice
Class Code: R
Subject: Support: Professional: Human Resources
Solicitation Number: W912JV-20-R-2020
Posted Date: July 27th, 2020
Set-Aside: 100% Service-Disabled Veteran Owned Small Business Set Aside
Response Date: August 17th, 2020 @ 10:00 am Pacific
Contracting Office Address: USPFO for Oregon Purchasing and Contracting
1776 Militia Way SE
Salem, OR 97309
Place of Performance: Various Locations
Details: 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.
The solicitation is No. W912JV-20-R-2020, and is issued as a Request for Proposal (RFP).
Proposals are due by August 17th, 2020 @ 10:00 am Pacific.
This solicitation is 100% set-aside for Service-Disabled Veteran Owned Small Businesses.
The North American Industry Classification System (NAICS) code for this acquisition is 541612.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07.
The Oregon National Guard has the requirement to provide face-to-face education and employment services to primarily Reserve Component Service Members and their families with secondary focus on Veterans of all branch services within the state of Oregon. The Service Member Family Support division has divided Oregon into five regions. Region 1 = Linn, Benton, Lincoln, Polk, Marion, Lane, and Douglas Counties, Region 2 = Clatsop, Columbia, Washington, Tillamook, Yamhill, Clackamas, Multnomah, Hood River, and Wasco Counties, Region 3 = Sherman, Gilliam, Wheeler, Morrow, Umatilla, Union, Wallowa, Baker, Grant, and Malheur Counties, Region 4 = Coos, Curry, Josephine, Jackson, and Klamath Counties, and Region 5 = Lake, Harney, Crook, Deschutes, and Jefferson Counties.. The desired outcome is providing assistance in gaining meaningful employment and/or further education with the means to track client interaction and results. The Oregon National Guard is a force of approximately 8,800. This contract will cover an estimated client population of 17,424 men and women serving the State of Oregon, the United States of America and their families. Period of performance will be 25 SEP 20 to 24 SEP 23; Base year 25 SEP 20 – 24 SEP 221, Option Year 1 25 SEP 21 – 24 SEP 22, Option Year 2 25 SEP 22 – 24 SEP 23
The anticipated award date is prior to September 15th, 2020.
SEE PERFORMANCE WORK STATEMENT (PWS) FOR REQUIREMENTS. OFFERORS ARE HIGHLY ENCOURAGED TO READ THE PWS IN ITS ENTIRETY PRIOR TO SUBMITTING A PROPOSAL.
Ensure your proposal is detailed enough to determine that it meets that terms and conditions of the requirement.
This competitive Request for Proposal (RFP) will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items, FAR Part 13 - Simplified Acquisition Procedures, FAR Part 15 - Contracting by Negotiation, and FAR Part 15.101-1 - Tradeoff Process.
In accordance with FAR 15.101-1 it is in the best interest of the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror. Technical and past performance, when combined, are significantly more important than price. This evaluation will permit tradeoffs among cost or price and non-cost factors and allow the Government to accept other than the lowest priced proposal. The award will be made based on the best overall (i.e. best value) proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to three (3) evaluation factors: Combined Technical and Risk, Past Performance and Price.
SAM vendor registration is required. Please visit www.sam.gov. Step-by-step information on how to register is detailed on the website. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors’ proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors’ proposal. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil.
SERVICE CONTRACT LABOR STANDARDS
Wage Determinations for the places of performance, as described in paragraph 1.4.4 Place and Performance of Services in the Performance Work Statement are included as an attachment to this solicitation.
PRICES MUST BE VALID FOR 30 DAYS.
Please send Proposals to Mr. Spencer Winn at [email protected] Mr. Phil Chik at [email protected] AND Mrs. Deannie Darrow at [email protected].
Requests for information (RFI) will be sent to Spencer Winn at [email protected] and Mr. Phil Chik at [email protected]. No RFI’s will be accepted after August 7th, 2020.