Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
SOLICITATION NOTICE

U -- EDUCATION CURRICULUM - Statement of Work - Lesson Plan Curriculum - Evaluation Criteria - Offeror Representations and Certifications

Notice Date
3/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Justice, Bureau of Prisons, Central Office Business Office, 320 First Street, NW, Room 5002, Washington, District of Columbia, 20534
 
ZIP Code
20534
 
Solicitation Number
RFQP0700COBO1000007
 
Archive Date
5/8/2010
 
Point of Contact
Jerald Lynch, Phone: 202-616-5711
 
E-Mail Address
jalynch@bop.gov
(jalynch@bop.gov)
 
Small Business Set-Aside
N/A
 
Description
Offeror Representations and Certifications Evaluation Criteria Lesson Plan Curriculum Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Ferderal Acquisitons Regulations (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. Background: The Federal Bureau of Prisons' (BOP) Education Branch is to provide mandatory literacy programs, as required by Federal laws, which meet the needs and interests of the inmate population, provide options for the positive use of inmate time, and enhance successful reintegration into the community. In an effort to comply with legislative mandates and to provide mandatory literacy programs, the BOP provides educational services which lead to a recognized high school equivalency credential. EVALUATION CRITERIA: The BOP anticipates making a single award contract based on a Technically Acceptable/Lowest price source selection basis. This will be an "all or none" evaluation. Quotes will have to meet every (all) evaluation criteria identified in order to be considered for award. The evaluation factors and significant sub-factors that establish the requirements of acceptability are set forth herein. Award shall be made on the basis of the lowest evaluated price of responses meeting or exceeding the acceptability standards for non-cost factors. Tradeoffs are not permitted. Offers are evaluated for acceptability but not ranked using non-price related factors. The BOP may make award without discussions, however reserves right to open discussions if deemed necessary. Quotes will be evaluated in three areas: 1. Technical Acceptability 2. Price 3. Past Performance PLACE OF PERFORMANCE: The contractor will develop the lesson plans outside the Bureau of Prisons at a place of his/her choice. ACADEMIC, EXPERIENCE AND/OR SPECIAL QUALIFICATION REQUIREMENTS: 1. The contractor must have a bachelor degree. 2. Submit a Resume which demonstrates more than three years of teaching experience in adult literacy (leading to a GED certificate) in community-based learning centers, schools, and/or in prison setting. 3. Must demonstrate more than three years of experience in writing lesson plans. NOTE: One written sample Lesson Plan is to be included in the proposal. Sample lesson plan will be evaluated based on the lesson plan structure and content requirement identified herein. To adhere to the test publisher's requirement, the contractor should not have served as a GED examiner (chief or alternate), proctor and/or GED Administrator, in the last three years. NONPERSONAL SERVICES REQUIREMENTS: The offer is notified that this proposed contractual arrangement will be a nonpersonal services contract and not a personnel appointment. Payment is based on the provision of an end product or the accomplishment of a specific task. The service does not constitute an employer/employee relationship. The contractor will not be subject to government supervision, except for security related matters; however, contractor performance will be closely monitored by the CM. The Government reserves the right to inspect and evaluate all services rendered during the performance of this contract. CONFIDENTIALITY AND NON-DISCLOSURE (1) The contractor shall agree that all deliverables and associated working papers and material generated by the contractor are the property of the Unites States Government. (2) The contractor is prohibited from releasing any data collected, maintained or derived as a result of work performed under this contract to any person or organizations other than designated BOP representatives. PERIOD OF PERFORMANCE: The anticipated contract term will be for a six month period as follows: Date of award through 6 months. PRICING: The offer shall provide a firm-fixed price for this service described herein. Upon completion and acceptance of all lesson plans, the contractor will send the invoice for payment following the procedure listed below. INVOICES: An original invoice for services rendered must be remitted to: Federal Bureau of Prisons Cental Office Business Office 320 First Street, NW Suite 5006 Washington, D.C. 20534 Registration in the Centralized Contractor Registration (CCR) database is mandatory. Information and registration details can be found at www.ccr.gov. In addition, it is advised that offerors be registered and complete the On-Line Representations and Certifications Application (ORCA). Information and registration details can be found at http://orca.bpn.gov. Interested parties submitting responses that are not registered with ORCA MUST submit the clause found at FAR 52.212-3 - Representation and Certifications - Commercial Items, with their response. QUOTES WILL BE EVALUATED ON THE ABILITY TO MEET ACADEMIC, EXPERIENCE AND/OR SPECIAL QUALIFICATION REQUIRMENTS AND ON PRICING. Inquires: Questions concerning this solicitation should be submitted electronically to the Contracting Officer. Responses will be made in the form of email and modification(s) will be made to the solicitation/synopsis if necessary. The associated North American Industrial Classification System (NAICS) code for this solicitation/synopsis is 611710. This requirement is unrestrictive and vendors who are able to meet the requirements may submit a proposal. This solicitation document incorporates the following provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2005-39, and are available at www.arnet.gov. FAR 52.204-7 (APRIL 2008) - CENTRAL CONTRACTORS REGISTRATION; FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JUNE 2008); FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (July 2009); FAR 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (mar 2009); FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JUNE 2009), Inclusive of the following FAR clauses: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) (Pub. L. 111-5). __ (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (7) [Reserved] __ (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (9)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (11)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (13) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (14)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (15) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (16) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). XX __ (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _XX_ (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). _XX_ (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _XX_ (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _XX_ (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _XX_ (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _XX_ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (26) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (27)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). __ (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). __ (ii) Alternate I (Dec 2007) of 52.223-16. __ (30) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (32) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _XX_ (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (34) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (35) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). _XX_ (36) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (37) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). XX __ (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (39) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (40) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (42)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. FAR 52.222-3, CONVICT LABOR (JUNE 2003) FAR 52.222-19, CHILD LABOR - COOPERATION WITH AUTHORITIES AND REMEDIES (FEBRUARY 2008); FAR 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (FEB 1999); FAR 52.222-26, EQUAL OPPORTUNITY (MAR 2007); FAR 52.222-35, EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (SEPT 2006); FAR 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUNE 1998); FAR 52.222-37, EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA AND OTHER ELIGIBLE VETERANS (SEPT 2006); 52.222-44 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT ADJUSTMENT (SEP 2009) FAR 52.225-1, BUY AMERICAN ACT - SUPPLIES (FEB 2009) FAR 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008); FAR 52.232-29, TERMS FOR FINANCING OF PURCHASES OF COMMERCIAL ITEMS (FEB 2002);FAR 52.232-18, AVAILABILITY OF FUNDS (APR 1984); FAR 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER - CENTRAL CONTRACTOR REGISTRATION (OCT 2003) Faith-Based and Community-Based Organizations have the right to submit offers/bids equally with other organizations for contracts for which they are eligible. Quotations are due no later than 03:00pm on Friday, April 23, 2010. Quotes may be faxed to (202)514-0523, Attention: Jerald Lynch, Contract Specialist or emailed to jalynch@bop.gov. Each quote should include the following clause(FAR 52.212-3)completed along with his/her quote. Failure to do so may cause your quote to be considered unacceptable. 1. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (August 2009)(if different than ORCA) See Attachment
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/COBO/RFQP0700COBO1000007/listing.html)
 
Place of Performance
Address: Contractor Place of Business, United States
 
Record
SN02099997-W 20100325/100323235543-d80f627652b239055c1f3dc155098ea9 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.