SOLICITATION NOTICE
U -- Computer Training
- Notice Date
- 9/3/2004
- Notice Type
- Solicitation Notice
- NAICS
- 611420
— Computer Training
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-04-T-0057
- Response Due
- 9/13/2004
- Archive Date
- 9/28/2004
- Point of Contact
- Ella Porter, Contract Specialist, Phone 910-432-1503, Fax 910-432-9345, - Karen Glass, Contracting Officer/Contract Specialist, Phone 910-432-6145, Fax 910-432-9345,
- E-Mail Address
-
portere@soc.mil, glasska@soc.mil
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for computer training. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference Request For Quotation number H92239-04-T-0057. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-24. It is the Contractor?s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 611420. Size Standard is $6M. This requirement is 100% set aside for Service Disabled Veteran Owned Small Business. REQUIREMENT: 1. Scope. The Contractor shall provide all labor, equipment, materials and transportation necessary unless otherwise specified in the statement of work. Training shall include all CompTIA Authorized Quality Curriculum (CAQC) Courseware, exam preparation material, exam vouchers and Certificate of Completion after successful completion of each course. Students shall have one opportunity per class to successfully complete the exam. If a student fails the exam, additional testing will be at the student?s expense. The Contractor shall be a Microsoft Certified Partner for Learning Solutions (CPLS). Instructors shall be Microsoft Certified Trainers (MCT). The contractor shall also be a CompTIA Learning Alliance (CLA), and the courses shall meet CompTIA Authorized Quality Curriculum (CAQC). If a student withdraws from a class due to operational requirements or deployment, the student shall have an opportunity to retake the course provided it is within the performance period. 2. Tasks. A. Course Description: Comp TIA A+ Certification, 5 days/40 hours training Comp TIA Network + Certification, 5 days/40 hours training Cisco Certified Network Associate (CCNA), 5 days/40 hours training Microsoft Course 2152, 5 days/40 hours training Microsft Course 2126, 5 days/40 hours training Microsoft Standard Elective, 5 days/40 hours training B. Course Objectives: Students successfully completing the courses and exams listed in CLINs 0004-0008 shall have Microsoft Certified System Administrator (MCSA) Certification. 3. DELIVERABLES: A. QUANTITY. Provide slots/seats in the prescribed courses (Para 2, above) as indicated in Para B. Schedule below. B. SCHEDULE. The Government requires that the iteration of training be executed with the indicated amount of training slots during the period of 27 September 2004-26 September 2005. Individual class dates to be determined. Training shall be offered during the day and in the evening to accommodate personnel. CLIN 0001 ? Comp TIA A+ Certification, includes appropriate certifying exam, 5 days/40 hours training, 20 training slots, Classes of 10-12 Students CLIN 0002 - Comp TIA Network + Certification, includes appropriate certifying exam, 5 days/40 hours training, 20 training slots, Classes of 10-12 Students CLIN 0003 ? Cisco Certified Network Associate (CCNA), includes appropriate certifying exam, 5 days/40 hours training, 21 training slots, Classes of 10-12 Students CLIN 0004 -- Comp TIA A+ Certification, 5 days/40 hours training 17 training slots Class size will vary CLIN 0005 -- Comp TIA Network + Certification, 5 days/40 hours training, 17 training slots Class size will vary CLIN 0006 -- Microsoft Course 2273, Managing and Maintaining a Microsoft Windows Server 2003 Environment to include exam 70-291, 5 days/40 hours training, 17 training slots Class size will vary. CLIN 0007 ? Microsoft Course 2277, Implementing, Managing, and maintaining a Microsoft Windows Server 2003 Network Infrastructure: Network Services to include Exam 70-291, 5 days/40 hours training, 17 training slots, Class size will vary. CLIN 0008 - Microsoft Course 2272, Implementing and Supporting Microsoft Windows XP Professional includes Exam 70-270, 5 days/40 hours training, 17 training slots, Class size will vary. C. PRICE. Price proposal shall include travel for contractors. 5. LOCATION OF TRAINING: Training shall be conducted at a contractor-provided training facility, no more than twenty five miles within Fort Bragg, North Carolina. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: EVALUATION AND AWARD. Award will be made to the responsive, responsible offeror whose proposal conforms to this solicitation and is the "Best Value" to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability (2) price and (3) past performance. Technical Acceptability is defined, in order of priority as: (1) contractors ability to meet, or exceed, the required program schedule, and (2) documented corporate technical experience in conducting the requested training. To be technically acceptable, the submitting bidder shall demonstrate recent experience in the requested training, provide proof of certification required and past performance information. Contractors shall submit a proposed POI to accomplish this training. At a minimum include a description of the Terminal Learning Objectives, Method of instruction, and Course schedule. A best value award will be made to the bidder submitting an offer found to be most advantageous to the government. Technical acceptability will be determined by the government during technical review. Contractor?s proposal shall include a detailed POI. The Government may issue multiple awards. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. End of Clause. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6, 52.219-27, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41 and 52.222-42, Instructor, Series 29160, Grade GS9/1, $19.38 per hour; 52.204-0007, Central Contractor Registration, 52.252-2, Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses. Additionally, DFARS 252.212-7001 (Deviation). Wage Determination No. 1994-2393 Revision 27 is applicable to this solicitation and the subsequent Purchase Order. This determination may be located at the following website www.wdol.gov. PROPOSALS ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Ella Porter), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 13 September 2004. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at portere@soc.mil. It is the contractor?s responsibility to ensure that proposals are received by the contracting officer. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer?s address provided no later than 8 September 2004. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Ms. Ella Porter, Contract Specialist at (910) 432-1503, e-mail portere@soc.mil.
- Place of Performance
- Address: Fayetteville, NC
- Country: US
- Country: US
- Record
- SN00665673-W 20040905/040903212820 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |