Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2011 FBO #3613
SOLICITATION NOTICE

U -- Academic Advisor & Education Test Proctor Service RAF Croughton - Package #1

Notice Date
10/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F3B3021083A007C
 
Archive Date
11/9/2011
 
Point of Contact
Georgia Thompson, Phone: 01638521338, Thomas Crews, Phone: 01638522253
 
E-Mail Address
georgia.thompson@lakenheath.af.mil, thomas.crews@lakenheath.af.mil
(georgia.thompson@lakenheath.af.mil, thomas.crews@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combo Combined Synopsis/Solicitation RFQ - Test Proctor - Reference (F3B3021083A007C) Requesting Agency: 100th Force Support Squadron - 100 FSS/FSDE RAF Mildenhall, Mildenhall, Suffolk, United Kingdom Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, United Kingdom This is a combined synopsis/solicitation for a commercial service 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. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. In order to be considered for award, vendor must adhere to all quotation requirements detailed herein. Submit written quotes in reference to Request for Quote (RFQ) reference number F3B3021083A007C. To be considered for award, you or your company must be CCR registered and subsequently enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note that WAWF is the ONLY ACCEPTABLE means of invoicing and payment. Vendors must provide their DUNS number, CAGE code, and confirmation of their registration in WAWF along with their quote. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 611710, Educational Guidance Consulting Services. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52 effective 24 August 2011 and Defense Federal Acquisition Regulation DPN 20110608 effective 04 October 2011.   Potential offerors are to provide a quote for the services outlined in the Statement of Work (SOW), which is included as an attachment to this solicitation. Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items As prescribed in FAR 12.302(d) the following addendum is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Quotation Preparation Instructions: A. To be considered for award, note that you or your company must be CCR registered and subsequently enrolled in WAWF for purpose of invoice/payment if awarded the contract. B. To assure the timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Vendors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors which include a price quote and technical qualifications as follows and defined in paragraph C - Quote Specifics. C. QUOTE SPECIFICS: All quotes must include the following information: 1. Company's complete mailing and remittance address 2. Discounts for prompt payment- if any 3. Wide Area Workflow (WAWF) registration confirmation (https://wawf.eb.mil/) 4. Central Contractor Registration (CCR) CAGE Code, Dunn & Bradstreet number (DUNS), and Taxpayer ID number (visit http://www.ccr.gov) 5. Quotes must be valid for a period of no less than 60 days 6. Copy of Offeror Representations and Certification (see FAR 52.212-3 which is incorporated by reference) or provide updated information electronically through ORCA at https://orca.bpn.gov 7. Quote shall be provided in US dollars ($) AND include a unit price and total price for the following: CLIN 0001 - Academic Education Advisor and Test Proctor, Education Services at RAF Croughton in accordance with the attached Statement of Work (SOW) Period of Performance: 01 November 2011 - 30 September 2012 Quantity: 1536 Units (1 Unit = 1 Hour) Unit Price: tiny_mce_marker______________ Total Price: tiny_mce_marker______________ CLIN 0001 - Academic Education Advisor and Test Proctor, Education Services at RAF Croughton in accordance with the attached Statement of Work (SOW) Period of Performance: 01 October 2011 - 30 September 2012 Quantity: 1664 units Unit Price: tiny_mce_marker______________ Total Price: tiny_mce_marker______________ Technical Qualification: Must have a baccalaureate degree from an accredited college recognized by the U.S. Department of Education. Masters degree and/or 15-30 semester hours in counseling, secondary education or a related discipline is preferred. Excellent customer service skills and verbal communication skills are essential. The contractor shall have a minimum of one year remaining at the current duty station. Resumes and legible transcripts shall be submitted with proposal packages to the base contracting office with quote. D. Quotes are due to this office no later than 12:00a.m. British Summer Time, 25 October 2011. Quotes may be sent via email to georgia.thompson@lakenheath.af.mil or faxed to 01638-52-2189 or if dialing from outside United Kingdom 011-44-1638-52-2189. E. Vendors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. (End Addendum) Evaluation of Quotes: In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided: EVALUATION (a) The Government intends to award a purchase order resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1. Technical Capability of the service offered to meet the Government requirement(Acceptable/Not Acceptable); a. RESUME and transcripts for personnel outlined in the Statement of Work 2. Past Performance; 3. Price (b) Basis of Award: This is a competitive solicitation for quotations utilizing Best Value procedures in accordance with FAR Parts 12 and 13.5. The best value approach for evaluation will entail a resultant award determination based upon: the lowest priced technically acceptable quotation, assigned an acceptable past performance rating. In order to be considered for award by the Government, vendors must adhere to the quotation requirements and respective evaluation factors of; 1.) Technical Capability 2.) Past Performance and 3.) Price as detailed in addendum herein to Clause 52.212-1. (c) As outlined in para (a) above, the evaluation factors of Price, Technical Acceptability, and Past Performance will be utilized by the Government in making an award determination. Therefore, quotations should contain the vendor's best terms, from a price, technical-specification, and past performance standpoint (as indicated in FAR provision 52.212-1, Instructions to Offerors-Commercial Items, Addenda). (End Provision) 52.212-2 Evaluation -- Commercial Items (Jan 1999) Award Basis: The Governments evaluation of quotations will fully account for the evaluation factors identified and required under 52.212-1 of 1.) Technical Capability, 2.) Past Performance, and 3.) Price. The evaluation of these factors will utilize an award basis that results in an award to the lowest priced technically acceptable quotation, that has been assigned an acceptable past performance rating. Quotes that do not meet the stated minimum technical specifications, will be deemed technically unacceptable, and therefore not considered for award. In addition, vendor's that are assigned an unacceptable past performance rating will not be considered for award. Finally, quotations that are incomplete and/or are determined to be priced unreasonably too high or too low, may not be selected for award. Therefore, quotations should contain the vendor's best terms, from a price, technical-specification, and past performance standpoint. Under the LPTA source selection process, trade-offs are not permitted, proposals are evaluated for acceptability but not ranked using the non-price factors. TECHNICAL CAPABILITY: The government will evaluate technical proposals in accordance with the SOW on a pass/fail-basis, assigning ratings of acceptable, or unacceptable. An unacceptable rating for any of the below sub-factors will result in an unacceptable rating for this Technical Capability primary factor. A determination of acceptable of unacceptable will be assigned using the following ratings and descriptions: Technical Capability Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. EXPERIENCE AND PAST PERFORMANCE: Submit two (2) references of similar type and size of work performed during the last 2 years that the Government can contact to assess your experience and past performance. Failure by vendors to submit past performance information, or the inability to accurately reference points of contacts may result in vendors not being selected for award. Company/Organization Contract Dates Contact Person Telephone No. 1. 2. The evaluation of past performance information will result in an overall assessment of satisfactory or unsatisfactory as follows: Past Performance Evaluation Ratings Rating Description Satisfactory Based on the vendor's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort Unsatisfactory Based on the vendor's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. PRICE: Provide a fixed price in accordance with the above schedule and each contract line item to include an all-inclusive, total price quote for completing the required work described in this solicitation. EXPERIENCE AND PAST PERFORMANCE, WHEN COMBINED, ARE APPROXIMATELY EQUAL TO PRICE. In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisition Regulations (FAR) Provisions: 52.212-1 Instructions to Offerors - Commercial Items 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions Defense Federal Acquisition Regulations (DFAR) Provisions: 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.233-7001 Choice of Law (Overseas) Federal Acquisition Regulation (FAR) Clauses: 52.201-1 Definitions 52.203-3 Gratuities 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52-204-7 Central Contractor Registration 52.212-1 Instructions to Offerors - Commercial Items 52-212-3 Offeror Representations and Certifications - Commercial Items, Alt 1 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 52.222-50 Combating Trafficking in Persons 52.223-10 Waste Reduction Program 52.232-33 Payment by Electronic Funds Transfer (EFT) - CCR 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-13 Bankruptcy 52.245-1 Alt I Government Property 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses Department of Defense Federal Acquisition Regulations (DFAR): 252.204-7004 Alternate A (Required Central Contractor Registration) 252.204-7006 Billing Instructions 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 252.255-7041 Correspondence in English 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7001 Tax Relief 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief of Import Duty (United Kingdom) 252.232-7003 Electronic Submission of Payment Requests 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) Air Force Federal Acquisition Regulations (AFFAR): 5352.201-9101 Ombudsmen 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil. 52.212-1 Instructions to Offerors-Commercial Items Addenda As prescribed in FAR 12.301 the following addenda is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: INSTRUCTIONS TO VENDORS -- COMMERCIAL ITEMS (JUN 2008) *the term "solicitation" hereby references this combined synopsis solicitation* (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition is 611710, Educational support services. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of quotations. Submit quotations to the office specified in this solicitation on or before the date specified in this solicitation. Quotations may be submitted on this document (page 1), letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number (2) The date specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the vendor; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the bidder shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (11) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Vendors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for validity of quotations. The vendor agrees to establish a firm timeframe in which the proposed price is good for. (e) Multiple quotations. Vendors are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (i) Any quote, modification, revision, or withdrawal of a quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of quotes; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of quotes and was under the Government's control prior to the time set for receipt of quotes; or (C) If this solicitation is a request for quotation, it was the only quote received. (ii) However, a late modification of an otherwise successful quote, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the quote, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Quote may be withdrawn by written notice received at any time before the exact time set for receipt of quotes. Oral quotes in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile quotes, quotes may be withdrawn via facsimile received at any time before the exact time set for receipt of quotes, subject to the conditions specified in the solicitation concerning facsimile quotes. A quote may be withdrawn in person by a vendor or its authorized representative if, before the exact time set for receipt of quotes, the identity of the person requesting withdrawal is established and the person signs a receipt for the quote. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate quotations as described in FAR 13.106-2. Therefore, the vendor's initial quote should contain the vendor's best terms from a price, technical acceptability, and past performance standpoint. The Government may accept other than the lowest quote and waive informalities and minor irregularities in quotes received. (j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The vendor shall enter, in the block with its name and address on the cover page of its quotation, the annotation ``DUNS'' or ``DUNS +4'' followed by the DUNS or DUNS +4 number that identifies the vendor's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the vendor to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the vendor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A vendor within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A vendor located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The vendor should indicate that it is a vendor for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of a quotation, the vendor acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the vendor does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered vendor. Vendors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. If you have any questions or concerns, please contact one of the following: Primary point of contact: Contract Specialist: Georgia Thompson TEL: 01638-52-1338 or EM: georgia.thompson@lakenheath.af.mil Secondary Point of contact: Contracting Officer: Thomas Crews TEL: 01638-52-2393 or EM: thomas.crews@lakenheath.af.mil Attachment(s): Statement of Work   STATEMENT OF WORK Non-Personal Services Contract for Education Advisor and Education Services Test Administrator-RAF Croughton 1. DESCRIPTION OF SERVICES: Non-personal services in support of U.S. Air Force voluntary off-duty education program to include providing academic advisement, information, guidance and preparation of documents associated with the services, updating information and approving documents in the Air Force Automated Education Management System (AFAEMS). Also, testing support to include the Defense Activity for Non-Traditional Education Support (DANTES), Air Force Professional Military Education (PME) testing programs, academic institution distance learning testing, Air Force Institute for Advanced Distributed Learning testing programs, Pearson Vue, and Defense Language Proficiency Testing (DLPT). 2. QUALIFICATIONS/EXPERIENCE: Must have a baccalaureate degree from an accredited college recognized by the U.S. Department of Education. Masters degree and/or 15-30 semester hours in counseling, secondary education or a related discipline is preferred. Excellent customer service skills and verbal communication skills are essential. Must be proficient with Microsoft Software applications such as Word, Excel, Outlook, Power Point, etc. Desirable: Previous experience in an Education environment and some knowledge of military Tuition Assistance (TA) program. 3. WORK HOURS/DAYS: A unit is hereby defined as a block of time consisting of one (1) hour. The government shall determine the number of units required each week. It is estimated that 28-32 Units will be required per week. Units shall not be worked on federal holidays, when the office is closed, or outside of normal office working hours. Units may be scheduled to cover the designated lunch period, which occurs between the hours of 1100 and 1300hrs. 4. GUIDELINES: All tasks shall be accomplished in accordance with AFI 36-2306 and all other pertinent Air Force, DANTES and local command policies and publications. Contractor must read AFI 36-2306, Education Services Program, AFI 36-2013, OTS and Airman Commissioning Programs and become thoroughly familiar with the CCAF Handbook and Counselors Guide, as well as all on base schools and degree programs, DANTES Examination Program Handbook, AFIADL Catalog and DLPT5 and Pearson Vue Test Guide, within the first week of employment. The AFIs will be made available upon request (available through online reference material). The handbook, guide and school catalogs are available in the Education office. 5. BASE NETWORK ACCESS: Access to military base network and e-mail accounts is necessary in the performance of duties. a. Contractor personnel must have, or be qualified to obtain, a favorable National Agency Clearance (NAC) check in order to obtain a CAC (Common Access Card) card and LAN access. Cost for CAC card will be paid for by Government. No more than two primary contract personnel and one substitute contractor will receive CACs. b. The E&TS will be responsible for providing the necessary paperwork to get contractor's personnel access the Croughton LAN. c. Contractor is responsible for ensuring personnel complete required documents within 24 hours so computer access can be obtained in a timely manner. d. Contractor personnel will be required to pass an Information Assurance exam to gain access to the network, and have a favorable Security background check. 6. SECURITY REQUIREMENTS: a. For Official Use Only (FOUO). The contractor shall comply with DoD 5400-7-R, DoD Freedom of Information Act (FOIA) Program, requirements. This regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding FOUO material. b. Reporting Requirements. Contractor personnel shall report to the Education Services Officer (ESO) or security police any information or circumstances of which they are aware may pose a threat to the security of DOD personnel, contractor personnel or resources. c. Physical Security. The contractor shall be responsible for safeguarding all government property and controlled forms provided for contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured. d. Key Control. (IF APPLICABLE) The contractor shall establish and implement methods of making sure all keys issued to the contractor by the government are not lost or misplaced and are not used by unauthorized persons. The contractor shall not duplicate any keys issued by the government. i. The contractor shall immediately report to the Education Services Officer any occurrences of lost key(s). ii. In the event the contractor loses the key(s), the government reserves the right to replace the lock(s) and or key(s) at the contractor's expense. iii. The contractor shall not issue key(s) to unauthorized personnel. e. Lock Combinations. (IF APPLICABLE) The contractor shall control access to all government provided lock combinations to preclude unauthorized entry. The contractor is not authorized to record lock combinations without written approval by the ESO. Records with written combinations to authorized secure storage containers, secure storage rooms, or certified vaults, shall be marked and safeguarded. 7. SPECIAL REQUIREMENTS: a. Contractor must inform the Education Services Officer (ESO) of anticipated absence from a single scheduled unit at least 24 hours prior to scheduled unit except in emergency cases. Extended absences must be coordinated with the ESO at least two weeks in advance. Such absences should not exceed two weeks at a time or four weeks in one fiscal year. b. If Contractor's primary personnel will be absent for 56 or more consecutive hours during monthly invoice period, the qualified substitute must be provided as outlined in paras 2 & 5. c. Due to the scope and complexity of duties performed and network access required for systems used whilst carrying out both roles, substitutes will be limited in order to maintain continuity. Contractor must take this into consideration when providing personnel to perform the duties: no more than two (2) Primary and one substitute shall be used during a fiscal year period. Only authorized personnel who are fully trained are permitted to perform specified duties throughout the lifetime of each contract, thereby preventing any perceptible drop in service should the substitute be required to fill in for the primary personnel. d. Contractor must successfully achieve a score of 90% on the examination for DANTES Testing Personnel and view the DANTES Test Administrator Video within two weeks of assuming position. e. In performance of contract requirements, contractor is authorized access to DANTES and PME/AFIADL examinations and to the security container in which they are held. f. Contractor must remain physically present during the entire test session unless relieved by an appropriate authority. 8. SPECIFIC TASKS: a. Advises eligible personnel on all programs available through voluntary off-duty education, the Community College of the Air Force (CCAF), Defense Activity for Non-Traditional Education Support (DANTES), AF Institute of Advanced Distributed Learning (AFIADL), officer accession programs and other educational support programs as required by the ESO. b. Advises eligible personnel of Professional Military Education (SNCOA, SOS, AFIT, ACSC, and AWC) programs available for enlisted personnel and officers by correspondence or in seminar format and assists them in registering for appropriate programs. c. Provides information and required forms to prospective applicants of specialized AF programs to include (but not necessarily limited to): ELA, AECP, LEAD, SOAR, AFROTC/ASCP, and OTS. Performs preliminary check for accuracy and completion of application package. The contractor will assist applicants with determination of their grade point average (GPA) requirement according to specific program guidelines. Refers applicants to education counselor for final check of package prior to mailing. d. Provides information regarding Air Force Tuition Assistance (TA), VA education benefits, federal financial assistance programs, local scholarships, and Air Force Aid Society grants to all eligible personnel. Assists students with completion of all applicable forms/applications. Processes AF TA forms via the AFAEMS software program. e. Refers students to the appropriate academic institution representative for registrationand enrollment in courses or programs that pertain to their education goals. f. Advises students on DANTES tests that are applicable to their programs of study. Administers and interprets pre-tests and non-timed interest and placement tests as appropriate to the individual counseling process. g. Assists AF students in changing education level codes on review of appropriate documentation. h. Conducts follow-up and outreach activities (phone calls, mail-outs, emails) at the direction of the ESO, to encourage individual students in meeting their educational objectives. i. Prepares all necessary correspondence and forms and maintains related records and logs required to support all aspects of job tasks. Also maintains statistical data as required by the ESO and assists with reports and other administrative tasks as requested. j. Plans and executes CCAF graduation ceremonies (as required). Provides ESO with detailed timeline of graduation-related activities at least 3 months in advance of graduation dates. Provides weekly updates via email up to the day of the ceremony. Performs administrative follow-up including thank you letters and provides the ESO with a report of lessons learned within 2 weeks following the ceremony. k. Maintains a log of all counseling sessions. l. Uses the Air Force Automated Education Management System (AFAEMS) to maintain individual student records. m. During scheduled unit, when not advising students, contractor may be required to assist in other program related administrative work. n. The Test Administrator is responsible for administering the following categories of tests to eligible military and civilian personnel and their dependents as authorized by DANTES, AFIADL, DLPT, Pearson Vue, USAFE and local regulations (NOTE: additional tests may be added as needed): o. All DANTES-approved examinations (to include but not be limited to): college entrance exams (ACT, SAT, MAT); tests for college credit (CLEP, DSST, Excelsior College Exams, GRE Subject); professional certification exams (PRAXIS, ASE); interest batteries (SII) and career assessment inventories (CAI). p. All AFIADL course examinations including but not necessarily limited to those for Course 14, AWC, ACSC and SOS. q. All DLPT5 and Pearson Vue examinations. r. Tests specifically required by an education institution for course completion, for admission or for course enrollment, including placement tests. s. Tests requested to be administered to eligible personnel, such as correspondence course and qualification/certification exams. t. Any test required by the Air Force that is not normally administered through the local military test control officer. u. Other tests used in local advisement or guidance programs, to include career assessment and interest inventories, as requested by the ESO. NOTE: Tests will be administered in accordance with instructions provided in testing handbooks, test examiner guides, and TCO/ATCO instructions to ensure no possibility of test compromise. 9. RELATED ADMINISTRATIVE TASKS: The following tasks are elements of performance that must be performed in conjunction with and in addition to the actual test administration. a. Check room prior to testing to ensure proper spacing between desks and that adequate lighting, heat, and air circulation exist. Ensure testing office and testing room are kept in a condition conducive to good test performance. b. Withdraw all test exams from safe prior to start of each test session. c. Require all examinees to present official picture identification before allowing them to test. d. Check test materials for marks/missing pages before issuing them to students. e. Maintain official test logs, showing the individual's name, the test title and the start and stop times for all test administrations. Ensure each student signs this log upon receipt of test and that all entries are complete and legible. f. Instruct all examinees at the beginning of each session as follows: i. To read carefully and follow instructions exactly as they are printed in the test booklet. ii. To adhere to any prescribed time limits. The contractor will ensure that all timing limits are adhered to and the examinee is aware of the time requirements for each test. g. Review each answer sheet as it is submitted by the examinee to ensure proper completion. h. Check each reusable answer booklet as it is returned for marks and erase them completely. Check all booklets for missing pages and enter the time they are returned in the test log. i. Complete safe and test office security forms at close of each test session. Ensure no money, supplies, forms, envelopes, inventories, brochures or booklets are stored in the safe. j. Lock the safes and testing office doors and windows before leaving the testing office. k. Prepare completed answer sheets, tests, checks/money orders, and any unused tests that may need to be returned, for mailing to the various testing agencies, according to the instructions for each type of test. All documents required for mailing will be fully completed by the contractor, except for the TCO/ATCO signature, prior to final check and sealing by the TCO/ATCO. l. Inform TCO/ATCO immediately of any irregularities, which may represent the potential for a test compromise or complaint from a testing candidate. m. Check exams against shipping documents upon receipt and enter test, serial and part numbers in the Air Force Automated Education Management System (AFAEMS) Test Inventory database, ensuring that entries are made no later than the first duty day after tests are received. n. Document all safe access on DD 702. Assist TCO/ATCO with weekly, monthly and quarterly inventories and with quarterly reports. o. Identify all newly arrived AFIADL tests on the envelope, showing the name of the student, test identification number, date received, and expiration date. Enter all in stock AFIADL tests into the data file in the established format.. p. Prepare DANTES order forms for TCO/ATCO signature and advise of under or over-stocking of any test related item. Ensure adequate numbers of tests and answer sheets are maintained at all times based on prior usage patterns, student inputs and TCO recommendations. q. Notify students within two workdays of receipt of specially ordered or distance learning school exams, and maintain until test has been administered and receipt of the completed test has been verified. r. Discard/return obsolete materials as appropriate within 7 days of receipt of new publications and ensure dated exams are returned by expiration deadlines. s. Order and receive special-order tests and handle all follow-up associated with these. t. Maintain statistical data related to test administration as required by ESO and assist with reports and PowerPoint slides as requested. Such data will include (but not necessarily be limited to) monthly statistics on types of tests administered and to whom (by rank and service) and any additional test related data required for semi-annual and annual reports. u. Maintain all document and correspondence files in a neat and orderly manner. Separate files by calendar year. Contractor will be responsible for making file labels and setting up the file for each new calendar year. v. Process all necessary paperwork required for optimum operation of testing program. w. Refer all questions on schedule changes or testing policy to the TCO/ATCO and all questions on interpretation or application of test results to the ESO. x. Prepare print advertising re: special testing (ASE, PRAXIS, GRE, etc) for TCO or ATCO review and signature at least 3 weeks before the test order deadline. 10. PAYMENT: The contractor will submit his/her invoice on a monthly basis to the Education Resource Section, or his/her designee not later than three (3) work days after the end of each month. The contractor will also submit one (1) copy of each daily counseling/testing log when submitting invoice for payment. Payment will be made on a monthly basis using Wide-Area Workflow (WAWF). 11. CONTRACT TERMINATION: Services under this contract may be terminated for any breach of security or violation of requirements in Para 6, or any breach of test security or violation of AFI 36-2306, the DANTES Examination Program Handbook (DEPH) or testing examiners manuals. 11. GLOSSARY OF TERMS: Commonly used military and education-related acronyms, abbreviations and definitions with which contractor must be familiar: ACSC Air Command and Staff College (required PME for AF Majors) ACT ACT (undergraduate entrance exam) AD Active Duty AEA Assistant Education Advisor AECP Airman Enlisted Commissioning Program AFA Air Force Academy (usually USAFA) or Air Force Association AFAEMS Air Force Automated Education Management System AFIADL AF Institute of Advanced Distributed Learning AFIT Air Force Institute of Technology AFROTC Air Force Reserve Officer Training Corps ALS Airman Leadership School ATCO Alternate Test Control Officer AWC Air War College (required PME for AF Lt Colonels) BEPAC Base Education Plan and Advisory Committee BESC/BESP Base Education Services Center/Base Education Services Program BPA# Blanket Purchase Agreement Number BTES Base Training and Education Services CCAF Community College of the Air Force CLEP College Level Examination Program (test for credit) Course 1 Airman Leadership School by correspondence Course 12 SNCOA by computer assisted distance-learning program Course 14 SNCOA by computer assisted distance-learning program Course 8 SNCOA by correspondence CTC Central Texas College (on-base college program) D&B# Dunn and Bradstreet Number (must obtain prior to registering as gov contractor) DANTES Defense Activity for Non-Traditional Education Support DE Distance Education DL Distance Learning DSST DANTES Subject Standardized Test (test for credit) ECE Excelsior College Exams (formerly New York Regents exam program) ECI Extension Course Institute (former name for AFIADL) ELA Educational Leave of Absence (CONUS-only program) ERAU Embry Riddle Aeronautical University (on-base program) ESC Education Services Center ESO Education Services Officer ESS Education Services Specialist ET Education Technician FTAC First Term Airman Center GED Tests of General Education Development (high school equivalency exam) GMAT Graduate Management Admissions Test (specialized graduate entrance exam) GRE Graduate Record Exam (only subject tests can be given on base) LEAD Leaders Encouraging Airman Development (for USAFA or AFA Prep School) MAJCOM Major Command (major divisions within the Air Force) ACC Air Combat Command (HQ at Langley AFB, VA) AETC Air Education and Training Command (HQ at Randolph AFB, TX) AFMC Air Force Material Command AFRC Air Force Reserve Command AFSOC Air Force Special Operations Command AFSPC Air Force Space Command (HQ at Peterson AFB, CO) AMC Air Mobility Command ANG Air National Guard PACAF Pacific Air Forces (HQ at Hickam AFB, HA) USAFE United States Air Forces Europe (HQ at Ramstein AFB, GE) MAT Miller Analogies Test (graduate entrance exam) MGIB Montgomery GI Bill (covers most AD personnel unless they declined it) NCOA Noncommissioned Officers Academy NPSC Non-Personal Services Contract (covers each contract position) OTS Officer Training School (requires completed 4 year degree) OU University of Oklahoma (on-base graduate program) PCA Permanent Change of Assignment (changing jobs but remaining at current base) PCS Permanent Change of Station (leaving current base) PME Professional Military Education POC-ERP Professional Officer Course-Early Release Program PRAXIS National Teacher Certification Exam (Includes general and subject tests) QH Quarter Hours SAT Scholastic Aptitude Test (undergraduate entrance exam) SH Semester Hours SII Strong Interest Inventory SNCOA Senior Noncommissioned Officers Academy SOAR Scholarships for Outstanding Airmen to ROTC SOC Servicemen's' Opportunity College (All on base schools are SOC members) SOS Squadron Officers School (required PME for AF Captains) SOW Statement of Work (position description and responsibilities) TA Cap Annual per person limit of $4500 (set by Congress for all Services) TA Tuition Assistance (military) TCO Test Control Officer TDY Temporary Duty (involves official orders sending the person elsewhere) TE Test Examiner TTT Troops to Teachers program (see DANTES web site) UMUC University of Maryland University College (on-base program) UoP University of Phoenix (on-base graduate program) USAFA United States Air Force Academy VA Veterans Administration VEAP Veterans Educational Assistance Program (no longer open to new depositors) 
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F3B3021083A007C/listing.html)
 
Place of Performance
Address: RAF Croughton Education Center, RAF Croughton, Non-U.S., United Kingdom
 
Record
SN02607875-W 20111016/111014234538-501a10470521411f6df54679c8870032 (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.