SOLICITATION NOTICE
U -- Military Exercise Leader Course
- Notice Date
- 9/11/2007
- Notice Type
- Solicitation Notice
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F3PF3A7197A001
- Response Due
- 9/14/2007
- Archive Date
- 9/29/2007
- Description
- The 12th Contracting Squadron at Randolph AFB intends to negotiate on a sole-source basis with The Cooper Institute, 12330 Preston Road, Dallas TX 75230. This acquisition is proprietary in nature and is for millitary exercise leader course (MEL). This is a streamline combined/synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only notice. A written solicitation will not be issued. This requirement is issued as request for quote to The Cooper Institute. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-18. The NAICS Code is 611699; size standard $6.5 IAW 10 U.S.C. 2304c (1), as implemented by FAR Part 6.302-1 ? Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. A Firm Fixed Priced Award will be made. SOLE SOURCE NATURE OF ACQUISITION: This requirement is for the purchase of Military Exercise Leader Courses. 0001 Military Exercise Leader (MEL) courses 13 ea 0002 On-site training will be provided 13 ea (NTE) Due to the proprietary nature of the course, all purchases, must be acquired from The Cooper Institute. Interested parties capable of providing the above must submit a written quote to include discount terms, site locations, past performance information, tax identification number, cage code, DUNS and firm evidence of their ability to perform. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contracting Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. CONTRACT TERMS AND CONDITIONS: The following provisions apply: 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. 52.215-5 -- Facsimile Proposals 52.252-1 -- Solicitation Provisions Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://farsite.hill.af.mil 52.212-1 -- Instructions to Offerors -- Commercial Items. The following clauses apply: 52.202-1 Definitions of Words and Terms Provisions and Clauses. 52.204-4 -- Printed or Copied Double-Sided on Recycled Paper. 52.212-4 Contract Terms and Conditions-Commercial Items. Commercial Items is applicable and paragraph (c) of this clause is tailored as follows: (c) changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception administrative changes such as paying office, appropriate data, etc., which may be changed unilaterally by the Government. 52.204-7 -- Central Contractor Registration. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items with these additional FAR clauses marked: 52.219-6 -- Notice of Total Small Business Set-Aside. 52.222-3 -- Convict Labor. 52.222-19 -- Child Labor?Cooperation with Authorities and Remedies. 52.222-21 -- Prohibition of Segregated Facilities. 52.222-26 -- Equal Opportunity. 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-36 -- Affirmative Action for Workers With Disabilities. 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.225-13 -- Restrictions on Certain Foreign Purchases. 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. END OF CLAUSES MARKED FOR 52.212-5 52.223-5 -- Pollution Prevention and Right-to-Know Information 52.223-6 -- Drug-Free Workplace 52.222-48 -- Exemption from Application of Service Contract Act Provisions -- Contractor Certification 52.232-1 -- Payments. 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) The full text of this clause may be accessed electronically at: http://farsite.hill.af.mil 252.204-7004 ALTERNATE A (NOV 2003) 252.212-7000 Offeror Representations and Certifications 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with these additional clauses marked: 252.225-7031 Secondary Arab Boycott of Israel 252.232-7003, Electronic Submission of Payment Requests (MAR 2007) END FO CLAUSES MARKED FOR 25.212-7001 252.243-7001 Pricing of Contract Modifications 252.232-7003 Electronic Submission of Payment Requests. 252.232-7010 Levies on Contract Payments. 5352.201-9101 OMBUDSMAN 5352.242-9000 Contractor Access to Air Force Installations Responses to this notice shall be provided in writing via e-mail to: Kerry A. Kelly., at kerry.kelly@randolph.af.mil and copied to Linda Johnson at linda.johnson1@randoloph.af.mil. All responses shall be received NLT 1:00 PM CST on 1 September 07. Offerors are reminded that Representations and Certifications are to be maintained at the following website: http://orca.bpn.gov/publicsearch.aspx . In the event Representations and Certifications are not on file, offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. That can be obtained at http://farsite.hill.af.mil, FAR Part 52 or on-line at http://orca.bpn.gov. Performance Work Statement (PWS) and Performance Plan (PP) listed below: PERFORMANCE WORK STATEMENT (PWS)FOR DEVELOPMENT AND FACILITATION OF TRAINING SERVICES FOR MILITARY EXERCISE LEADERS (MEL) 1.0. Description of Services / General Information 1.1. Background. The purpose of this performance work statement is to procure training services of Air Force approved Cooper Institute MEL course. The MEL course was created by the Cooper Institute and Air Force Services to help fitness staff personnel better prepare themselves to teach group leadership and exercise principles. This will help them develop attentive and effective unit physical training programs incorporating all fitness levels and environments. 1.2. Objective. Facilitate training services to provide government personnel the knowledge and skills necessary to organize and lead group in attaining a minimum level of competency in group exercise leadership, anatomy, exercise choreography, counting, cueing and sequencing drills, group exercise prototype, safety programming, resistance training, flexibility, circuit training, body mechanics, equipment and apparatus and nutrition. Contractor shall provide the curriculum, class materials (CD/DVD, books etc.) to facilitate the training that addresses the identified objectives for each type of course required. Contractor shall conduct a 34 hour training course that teaches fitness personnel to implement an efficient timed exercise system that will reduce exercise-related injuries, improve mechanics, increase adherence and save large amounts of exercise time. Specific tasks associated with providing training for AETC/SV is indicated in the following paragraphs. 1.2.1 Day One - Course shall address the following: - Group exercise leadership - Anatomy - Counting, cueing, cueing drills - Exercise choreography, sequencing and group exercise prototype - Preparation for practical exam (exercise sessions and running drills) 1.2.2 Day Two - Courses shall address the following: - Exercise Guidelines - Safety - Flexibility Training/Warm Up and Cool Down Mechanics - Fundamentals of Circuit Training - Preparation for practical exam (exercise sessions and running drills) 1.2.3 Day Three - Courses shall address the following: - Special Populations - Body Mechanics - Exercise Equipment and Apparatuses - Nutrition - Exercise Enhancements 1.2.4 Day Four ? Course shall address the following: - Practical Exams (exercise sessions and running drills) - Written Exams 1.2.5 Contractor shall develop a student feedback survey that measures student satisfaction with the course. Contractor shall provide all students the opportunity to complete a feedback survey. Completed surveys shall be provided to AF point of contact at each installation upon completion of each class. 2.0 Service Summary Performance Objectives Contractor shall provide course that teaches military exercise leaders (MELs) to implement an efficient timed exercise system that will reduce exercise-related injuries, improve mechanics, increase adherence, and save large amounts of exercise time PWS Paragraph 1.2 Performance Threshold No more than 5 (five) unsatisfactory student feedback per class 3.0 Performance Requirements 3.1 Place of Performance/Duty Hours. The primary training and delivery location will be at training facilities at each of 13 AETC installations. Each base will provide a facility with adequate seating for up to 30 personnel. Contractor shall be responsible for providing all equipment and supplies necessary to conduct training in accordance with this PWS. Contractor may contact the quality assurance personnel (QAP) to determine the availability of any government furnished equipment such as television, computer, DVD/VHS players, LCD projectors, exercise equipment and any additional equipment required for contractor use in providing this training. The contractor shall be available for training purposes during normal operating hours pertaining to each location 3.1.1 The QAP will be responsible for scheduling participants at designated locations. Tentatively, classes are planned for Jan through Aug 08. 4.0 Travel: Travel may be required in support of this requirement. The contractor shall coordinate and submit a request for travel to the QAP with an estimate of total cost(s) to the government at least 30 days prior to the travel date and for approval. This travel will be a cost reimbursement item. The contractor shall submit an invoice to the government upon the completion of travel in support of this effort within 10 working days. 5.0 Quality Control 5.1 Contractor?s Quality Control Plan (QCP). The Contractor shall provide and maintain a Quality Control Plan (QCP), which will ensure the requirements of the contract are provided as specified. One copy of the QCP shall be provided to the CO as part of the technical proposal. The contractor shall be responsible for overall responsiveness, cost control, adherence to schedules, responsible and cooperative behavior, technical quality of work, management of contractor team?s efforts including level of understanding of HQ AETC/SV?s mission, and commitment to customer satisfaction. Plan can be in electronic format. 6.0 Designated Training Locations: Altus AFB, OK, Columbus AFB, MS, Goodfellow AFB, TX, Keesler AFB, MS, Lackland AFB, TX, Laughlin AFB, TX, Little Rock AFB, AR, Luke AFB, AZ, Maxwell AFB, AL, Randolph AFB, TX, Sheppard AFB, TX, Tyndall AFB, FL and Vance AFB, OK. PERFORMANCE PLAN (PP)FOR DEVELOPMENT AND FACILITATION OF TRAINING SERVICES FOR MILITARY EXERCISE LEADERS (MEL) 1. OBJECTIVE. This effort includes tasks and activities to be performed by the contractor to support HQ AETC Services. The contractor shall provide support and assistance in area required to meet stated objectives and to accomplish the required taskings. 2. GOALS OF THE MULTI-FUNCTIONAL TEAM (MFT) This is a customer-focused team instituted under the authority of Senior Leadership. The purpose of the multi-functional team is to create an environment that shapes and executes an acquisition. The emphasis is on teamwork, trust, common sense and agility. The goal is to obtain efficiencies, improved performance, and cost savings throughout the acquisition life cycle. 3. MULTI-FUNCTIONAL TEAM MEMBERS AND THEIR RESPONSIBILITIES. The MFT is composed of stakeholders in the acquisition. These stakeholders are responsible for the acquisition throughout the life of the requirement. For a list of the stakeholders for this acquisition, see the attached signature page. See AFI 63-124, 01 Aug 2005, paragraphs 2.8.1 through 2.8.15 for the MFT duties and responsibilities. 4. PERFORMANCE ASSESSMENT. The following Service Summary outlines the defined performance objectives for this acquisition with the corresponding goal performance thresholds: 4.1 SERVICE SUMMARY (SS) Performance Objectives 1. Contractor shall provide course that teaches military exercise leaders (MELs) to implement an efficient timed exercise system that will reduce exercise-related injuries, improve mechanics, increase adherence, and save large amounts of exercise time. PWS Paragraph 1.2. Performance Threshold No more than 5 (five) unsatisfactory student feedback per class Method of Surveillance Reviewing feedback information provided to the AF point of contact at each installation and forwarded to the QAP. 4.2 CERTIFICATIONS OF SERVICES. At the end of each contract payment period as defined in the resulting award of this acquisition, the Quality Assurance Personnel (QAP) shall certify the services were received in accordance with the contract payment terms and conditions. 4.3 UNACCEPTABLE SERVICES. The QAP shall determine the cause of contractor unacceptable services. 4.3.1 If any government action, or lack of action, caused or contributed to the unacceptable performance, the performance will not be counted against the contractor. The QAP will take steps to ensure the government does not interfere with the contractor?s performance in the future. 4.3.2 If contractor caused, the QAP shall document the occurrence in accordance with the methods of surveillance outlined in this Performance Plan. IAW the terms of the contract, the government reserves the right to inspect any services that have been tendered for acceptance. The Government may require re-performance of nonconforming services at no increase in contract price. If re-performance will not correct the defects or is not possible, the government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. Disputes between the QAP and the contractor on the validity of a performance assessment shall be referred to the Contracting Officer. 5. PERFORMANCE MANAGEMENT. The following outlines the approach, methods and tools to be used by the MFT to manage this acquisition upon award. 5.1 QAP(s) shall evaluate and document contractor?s performance at the conclusion of each workshop. Upon successful completion of the course and exam, each student will earn MEL certification. 5.2 The results of surveillances shall be maintained as Past Performance information and utilized to prepare and support annual Contractor Performance Assessment Report System (CPARS) reporting, if required. Information will also be used to complete reporting requirements in accordance with Management and Oversight of the Acquisition of Services Process (MOASP). As a reminder, all QAP documentation maintained over the life of the contract will be turned over to the Contracting Officer at the end of the performance to be made a part of the official contract file. 5.3 The contractor shall maintain and implement a Quality Control Plan to ensure the contract services conform to the requirements of the PWS. The QCP shall be submitted with the contractor?s proposal for evaluation and acceptance. 5.4 The MFT shall continue to meet after award as necessary to ensure high levels of contractor performance, foster a synergistic partnership, and support mission requirements.
- Record
- SN01402335-W 20070913/070911220938 (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 |