SOLICITATION NOTICE
R -- Assistant Education Advisor/Assistant Tech Center Admin Bolling GSU's
- Notice Date
- 4/12/2006
- Notice Type
- Solicitation Notice
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
- ZIP Code
- 20032-0305
- Solicitation Number
- FA7012-06-T-0019
- Response Due
- 4/21/2006
- Archive Date
- 5/6/2006
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. FA7012-06-T-0019. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-07. This is a 100% Small Business Set-Aside. The North American Industry Classification System code is 611710, at a $6.5 million size standard. LINE ITEMS: 0001: NON-INSTRUCTIONAL, NON-PERSONAL SERVICES AS ASSISTANT EDUCATION ADVISOR/ASST TECH CENTER ADMIN/OFF DUTY EDUCATION servicing military, college age military dependents and EOD personnel assigned to the BOLLING EDUCATION SERVICES OFFICE in Bldg 52, Rm 105. Services and programs to include all off-duty education programs including Distance Education in addition to Tech Center Management. Definition of a Unit: The ?TOTAL? Administration of the Technology Center including advisement and security during a six (6) hour period. QTY: 52, UNIT: EACH, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0002: NON-INSTRUCTIONAL, NON-PERSONAL SERVICES AS ASSISTANT EDUCATION ADVISOR/ASST TECH CENTER ADMIN/OFF DUTY EDUCATION servicing military, college age military dependents and DOD personnel assigned to the BOLLING GSU?S EDUCATION SERVICES OFFICE in Bldg 52, Rm 105. Services and programs to include all off-duty education programs including Distance Education in addition to Tech Center Management. Definition of a Unit: The ?TOTAL? Administration of the Technology Center including advisment and security during a six (6) hour period. QTY: 178, UNIT: EACH, UNIT PRICE: $_________, EXTENDED PRICE: $_________. STATEMENT OF WORK (SOW) FOR ASSISTANT EDUCATION ADVISOR/ASSISTANT AFIT ATN ADMINISTRATOROFF DUTY: 1. DESCRIPTION OF NON-PERSONAL SERVICES. The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation, and other services necessary to perform Assistant Education Advisor/Assistant AFIT ATN Administrator/Off Duty services for the 11th Wing Education Office. This service will be conducted at the Education Services Office, Bldg # 52, Rm 105, Bolling AFB, DC. Contractor shall perform all services in accordance with the Statement of Work (SOW). 1.1. The contractor shall provide advisement and enrollment in support of agencies of the military and DOD (Department of Defense) personnel assigned to the MPF ? BP (Bolling Military Personnel Flight), Bolling GSU?s (Geographically Separated Units that are supported world-wide by ?Support Agreements?). Services include providing advisement, enrollment and testing in and for AFIT ATN Distance Learning courses. Services also include providing for audio/visual, VTC, VTVC, Streaming Video support. Services will include the monitoring of all ?evening division? programs to include all security, audiovisual requirements and training of instructors when necessary for use of same. Services will also include ?back ? up? support for the Learning Center when necessary. 1.2. The contractor shall be knowledgeable and experienced in the Air Force Education Services Program. Contractor shall be familiar with the MASP (Military Academic Skills Program) in conjunction with the Learning Center. Contractor shall be experienced and knowledgeable in the ?New? AFAEMS (System of Record for Air Force Education), AFAEMS-LITE and AFVEC (Air Force Virtual Education Center) programs. Services will include training classroom/auditorium POC?s for reserved classrooms in the use of audio/video, VTC, and VTVC operation for their particular class while being available to augment their classroom requirements. The contractor shall be able to convey information on a customer service level. The contractor shall be knowledgeable regarding the availability of other satellite academic programs available in the local (Washington Metropolitan) area and able to impart such information when necessary. 1.3. The contractor shall conduct a minimum of five (5) advisement enrollment sessions during a one unit (6-hour block). The sessions will include staff meetings and training as necessary. 1.4. These services will be on an ?as CALL BASIS?, meaning the US Government payment called for and satisfactorily delivered under this contract shall not exceed the unit cost. 1.5. The contractor shall comply with the provisions of AFI 36-2306, The Education Service Program. 2. GOVERNMENT FURNISHED PROPERTY AND SERVICES. 2.1. GOVERNMENT-FURNISHED UTILITIES. The government will furnish utilities for the operation of the facilities provided. These utilities include heating, fuels, gas, electricity, water, sewer, fire and police protection and severe emergency medical. 2.2. CONSERVATION OF UTILITIES. The contractor shall practice utilities conservation. The contractor shall operate under conditions that prevent the waste of utilities to include; turning off lights and water faucets when not in use. 3. GENERAL INFORMATION. 3.1. QUALITY ASSURANCE. In accordance with FAR 52.212-4(a) Inspection /Acceptance, the government will evaluate the contractor's performance under this contract. 3.2. QUALIFICATIONS OF CONTRACTOR. The contractor will be regularly engaged in the performance of the educational programs aforementioned in paragraphs 1.1 and 1.2. Due to training constraints and limited education office staff to provide same, it is preferred that the contractor meets the following experience and academic qualifications. The contractor shall have 3 years experience in the Air Force Education Services and associated programs and be academically proficient to provide these services. The contractor shall be familiar with DISN (Defense Information System Network) requirements and how this pertains to the use of DOD video transmittal. Contractor shall possess a Bachelors Degree in Education or equivalent with an emphasis in Education and IT systems. Supporting documentation or resume shall be submitted with offer. 3.3. HOURS OF OPERATION. The contractor shall perform the services under this order during the following hours: Monday thru Friday, units are conducted from 0730 to 1130 and 1230 thru 1630. Evenings units are conducted Monday thru Friday from 1700 ? 2100 and weekend sessions identical to weekday, except for the observed federal holidays. Alternate schedules shall be approved by the Education Services Officer or their designee. 3.4. FEDERAL HOLIDAYS. The contractor is not required to provide services on observed Federal holidays. The following are federal holidays observed by this installation: Memorial Day ? Last Monday In May, Independence Day ? 4 July, Labor Day ? First Monday In September. 3.5. GOVERNMENT REMEDIES. The contracting officer shall follow FAR 52.212-4, Contract Terms and Conditions-Commercial Items (SEP 2005), for contractor?s failure to perform satisfactory services or failure to correct nonconforming services. 3.6. SECURITY REQUIREMENTS. The contractor shall abide by all security regulations of the installation as directed by the Installation Commander. 3.6.1. BASE ACCESS. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicles entering Bolling AFB. The contractor must complete AF Form 75, Request for Visitor/Vehicle Pass and DD Form 1172, Application for Uniformed Services Identification Card and submit them to Security Forces, Pass and Registration. Vehicle registration, proof of insurance, and a valid driver?s license must be presented for all vehicles to be registered. The contractor must submit a complete list of all employees performing on this contract through the Contracting Officer to the Security Forces. Lost vehicle and entry passes shall be reported immediately to Security Police and the QAP. 3.6.2. PHYSICAL SECURITY. The contractor shall be responsible for safeguarding all government property provided for contract use. At the end of each work period, all government facilities, equipment and materials shall be secured. 3.6.3. RETRIEVING IDENTIFICATION MEDIA. The contractor shall retrieve all identification media, including vehicle passes from employees who depart for any reason before the contract expires; e.g., terminated for cause, retirement, etc. 3.7. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. The contractor shall perform all services under this contract during a national emergency or crisis according to the Department of Defense Instruction (DODI) 3020.37. The contractor is expected to perform emergency or special event services as indicated in paragraphs aforementioned, unless otherwise directed by an authorized government representative. 3.8. CONTRACTOR FURNISHED ITEMS AND SERVICES. Except for those items or services specifically stated as Government Furnished Property/Services, the contractor shall furnish everything required to perform this contract. 3.9. CONTRACTOR PERSONNEL. 3.9.1. MANAGEMENT. The contractor shall be responsible for the performance of all work. The names of this person, and an alternate or alternates, who shall act of the contractor when the manager is absent, shall be designated in writing to the contracting officer prior to the contract start and updated as necessary. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available at all times to meet at Bolling AFB with government personnel (designated by the contracting officer) to discuss problem areas. After normal duty hours, the manager or designated alternate shall be available within 2 hours. The contract manager and alternate or alternates must be able to read, write, speak, and understand English. 3.9.2. The contractor shall not employ persons for work on this installation if such employee is identified to the contractor by the contracting officer as a potential threat to the health, safety, security, general well being, or operational mission of the installation and its population. 3.9.3. LISTING OF EMPLOYEES. The contractor shall maintain a current listing of employees. The list shall include employee?s name, social security number. The list shall be validated and signed by the company Facility Security Officer (FSO) and provided to the contracting officer prior to the contract start date. Updating listings shall be provided when an employee?s status or information changes. 3.9.4. The management and control of contractor employees in the performance of this contract shall be the responsibility of the contractor; however, the contractor shall comply with the contract requirements and Bolling Air Force/Pentagon regulations concerning conduct of employees. INSPECTON AND ACCEPTANCE TERMS: Services will begin on or about 24 April 2006 and expires 30 September. Services will be inspected by the Quality Assurance Personnel (QAP) at the job site. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3(Alt I), Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: 52.237-1, 52.252-1 (http://farsite.hill.af.mil), 52.252-5: (b) DFARS (Chapter 2), and Clause 52.212-2, Evaluation ? Commercial Items applies to this solicitation specifically the following criteria: the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and prices is determined most advantageous to the Government. ?Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representations and Certifications Application).? FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-9, 52.209-6, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.233-1, 52.237-2, 52.237-2, 52.246-1, 52.247-34, 52.249-4, 52.252-2 (http://farsite.hill.af.mil), 52.252-6, (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004 (Alt A), 252.212-7001, 252.232-7003, 252.232-7010, 252.243-7001, 252.246-7000, 5352.223-9001, and 5352.242-9000. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.225-3, 52.232-33, 52.233-3, and 52.233-4, NOTICE TO OFFERORS: All responses must be received no later than 12:00 EST on 21 April 2006 to 11th CONS/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to Mr. James A. Warren Jr., Contract Specialist, Phone (202) 767-8031, FAX (202) 767-7887, E-mail, James.WarrenJr@bolling.af.mil.
- Place of Performance
- Address: Education Services Office, Bldg # 52, Rm 105, Bolling AFB, DC
- Zip Code: 20032
- Country: United States
- Zip Code: 20032
- Record
- SN01026628-W 20060414/060412221544 (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 |