SOLICITATION NOTICE
U -- THIS IS A SUBCONTRACTING OPPORTUNITY WITH ADAMS AND ASSOCIATES, INC. - Package #1
- Notice Date
- 2/6/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Department of Labor, Employment Training Administration, Adams and Associates, In., 10395 Double R Blvd, Reno, Nevada, 89521, United States
- ZIP Code
- 89521
- Solicitation Number
- ShriverCTTServices001
- Archive Date
- 3/2/2013
- Point of Contact
- Tina Roland, Phone: 4433198841, Samuel Lewis, Phone: 443-319-8835
- E-Mail Address
-
troland@adamsaai.com, slewis@adamsaai.com
(troland@adamsaai.com, slewis@adamsaai.com)
- Small Business Set-Aside
- Total Small Business
- Description
- FAR Clauses Arbitration Procedures for Adams and Associates, Inc. National Staff Compensation Chart Staffing Chart All Vendors must complete and return the attached Vendor Questionnaire form. All Vendors must complete and return the attached W9 form. Solicitation Package Shriver Job Corps Center Academic and Career Technical Training Services 270 Jackson Road, Devens, MA. 01434 Table of Contents Scope of Work I. Proposal Information II. Project Description III. Statement of Work IV Deliveries or Performance V. Proposal Submission Attachments •I. Arbitration procedures; FAR contract clauses •II. Staffing Chart •III. National Job Corps Staff Compensation Report •IV. W-9 Form •V. Vendor Questionnaire Scope of Work I. Proposal Information Subcontract: Shriver Job Corps Center, Academic and Career Technical Training Services Owner: US Department of Labor (DOL) Employment and Training Administration Center Operator : Adams and Associates, Inc Mailing address 10400 Little Patuxent Parkway, Suite 320, Columbia, MD 21044 Proposal Due Date: Proposal submissions shall be due no later than Friday, February 15, 2013 by 5:00 p.m. EST. Proposal submissions shall be sent in written form to: Attn: Tina Roland, Adams and Associates, 10400 Little Patuxent Parkway - Suite 320, Columbia, Md. 21044. Adams and Associates, Inc. reserves the right to reject any bids and select the bid deemed most responsible. Bidders should be aware of bid requirements for federally funded projects and comply accordingly. Evaluation Criteria: •a. Quality of proposal as it relates to the stated requirements •b. Subcontractor experience including relevant past performance for similar work •c. Subcontractor expertise •d. Price and relevant documentation. Adams and Associates, Inc. reserves the right to not award a subcontract if it determines that no Subcontractor Proposal offers the potential to achieve the desired service level, performance and cost. Clarification Questions/Requests: Offers' may submit questions or requests for clarification until 5:00 p.m. EST on Friday, February 8, 2013. Questions and requests for clarification shall be sent via email to: Tina Roland; troland@adamsaai.com. No additional questions will be accepted or answered after the deadline.. II. Project Description Adams and Associates, operator of the Shriver Job Corps Center, on behalf of the US Department of Labor, has a requirement to provide Academic and Career Technical Training Services for a population of 300 students. The North American Industry Classification System (NAICS) code for this acquisition is 611519. This is a small business set aside. The subcontractor shall provide Center Academic and Career Technical Training Services annually for a student population of 300. III. Statement of Work Background Job Corps is a national residential training and employment program administered by the Department of Labor to address the multiple barriers to employment faced by disadvantaged youth throughout the United States. Job Corps was originally established by the Economic Opportunity Act of 1964; current authorization for the program is Title I, Subtitle C, of the Workforce Investment Act of 1998. Job Corps provides educational and career technical skills training and support services. The unique combination of services provided in the Job Corps is intended to better prepare youth to obtain and hold gainful employment, pursue further education or training, or satisfy entrance requirements for careers in the Armed Forces. Objective Job Corps is a national residential and non-residential training and employment program administered by the Department of Labor to address the multiple barriers to employment faced by disadvantaged youth ages 16-24 years throughout the United States. It is anticipated that the resultant subcontract will be a cost-reimbursable subcontract for Academic and Career Technical Training Services. The subcontractor will provide certified academic and career technical training skills instruction based on provisions set forth in Job Corps' Training Achievement Record (TAR) requirements, Policies and Requirement Handbook (PRH) and contracted performance goals as established by the United States Department of Labor. Instruction is to be provided on a year-round schedule five days per week (Monday-Friday). The general scope of work includes the participation of the subcontractor in pilot projects initiated by the Department of Labor. An equitable adjustment shall be made for those projects determined to be an increase in work within the general scope of the contract via a supplemental agreement to the subcontract. Governing Regulations, Handbooks The Job Corps Policy and Requirements Handbook (hereinafter referred to as the PRH) has been developed to include all mandatory program operation and reporting requirements in one document and is hereby incorporated into this Statement of Work by reference. The total Job Corps program is defined in the Code of Federal Regulations, Title 20 - Labor, Subtitle A - Office of the Secretary of Labor, Part 670. The subcontractor shall follow the PRH, the Regulations, and all other requirements established in this Statement of Work. The PRH is available at: http://www.jobcorps.gov/AboutJobCorps/performance_planning.aspx. The subcontractor shall provide integrated academic and career technical training programs that shall meet all the requirements of PRH Chapter 3. The program shall be delivered to ensure that students: •Ø Acquire the academic, career technical training and career success standards skills, specific knowledge, and competencies needed to achieve their career goals. •Ø Understand how to progress in the workplace environment. •Ø Move successfully from the learning environment to the work environment. •Ø Experience personal growth. •Ø Learn self-management, personal responsibility, and both community and independent living skills. At a minimum, the training programs shall consist of: •1. Center Plan: The subcontractor shall develop a comprehensive Career Development Plan that will ensure efficient and effective delivery of work place and life skills training to students. Specific requirements for a delivery system are outlined in PRH 3.1. •2. Administration and Management of Career Development Services: The subcontractor shall develop administrative processes to ensure efficient and effective delivery of training to students. Specific requirements for a delivery system are outlined in PRH 3.2. •3. Evaluation of Student Progress: The subcontractor shall provide a system for periodically evaluating student progress and collaborating with students to set short- and long-range career goals. Required content is found in PRH 3.5. •4. Center-Based Learning Standards: The subcontractor shall establish standards for curriculum design, development, and implementation. Requirements for content and structure are contained in PRH 3.6. •5. Career Success Standards: The subcontractor shall provide students with a center culture that regularly fosters opportunities to learn and practice a set of behavioral expectations that support employability and social development for career success as required in PRH 3.7. •6. Work-Based Learning Standards: The subcontractor shall incorporate work-based learning as a primary instructional method of training. Students shall be provided opportunities to learn about career opportunities and employer expectations, and to learn about and apply new occupational skills in actual workplaces and on work projects, including CTST projects. Specific requirements regarding training methods and procedures are found in PRH 3.8. •7. Reading: The subcontractor shall develop and administer reading skills instruction that provides students with the skills needed for employment in their chosen careers and assists them to function independently in society. Instruction is required for each of the reading competencies listed in PRH 3.9. •8. Mathematics: The subcontractor shall develop and administer instruction in mathematics skills that provides students with the skills needed for employment in their chosen careers. Instruction is required for each of the mathematics competencies listed in PRH 3.10. •9. GED Certificate/High School Diploma: The subcontractor shall provide students with the skills and knowledge necessary to pass the examination for the General Educational Development certificate (GED) or to obtain their High School Diploma (HSD). The subcontractor shall make every possible effort to assure that students attain their GED or HSD. Specific requirements for the GED/HSD program are found in PRH 3.11. •10. English as a Second Language (ESL): The subcontractor shall provide students with limited English proficiency the opportunity to develop English language and acculturation skills. Specific requirements for ESL are contained in PRH 3.12. •11. Career Technical Training: The subcontractor shall provide individualized competency-based career technical training for students. Training shall provide students with the skills required for entry-level employment in specific careers approved by the U.S. Department of Labor. Specific requirements for career technical training are listed in PRH 3.13. •12. Program Management: The subcontractor shall establish a system that ensures achievement of program goals and maintenance of quality performance. Expected procedures for monitoring and tracking operations and outcomes are listed in PRH, 5.1. •13. Personnel: The subcontractor shall recruit, hire, and retain qualified staff, in accordance with the requirements of PRH, 5.2, and Exhibit 5-3. The subcontractor shall develop and implement policies that promote a working environment of equal opportunity which is free of race, gender, or ethnic bias. •14. Staff Training: The subcontractor shall provide training opportunities that ensure that staff possess the knowledge and skills necessary to perform their job duties and which enable them to serve as positive role models for students. Specific training requirements are detailed in PRH, 5.3, and Exhibit 5-4. •15. Financial Management: The subcontractor shall develop and maintain systems to effectively plan, budget and control expenses which shall safeguard public funds and ensure the cost-effective provision of services to meet program goals. The subcontractor shall establish and maintain a financial management system which meets all the requirements of PRH, 5.7, and Appendix 503. The following academic and career technical training programs are to be addressed by this bid. Proposals must detail cost for all proposed staff. Bids must propose to instruct all eight career technical training programs, academic classes and provide oversight to national Career Technical Training subcontracts: Carpentry (United Brotherhood of Carpentry), Cement Masonry (National Plastering Industries Joint Apprenticeship Trust Fund), Painting (International Union of Painters and Allied Trades) and TCU (Transportation Communication Union). Shriver JCC Career Technical Training Programs On-Center Training Slots Advanced Career Training 14 (off-Center) Automobile Repair 20 Office Administration 24 Computer Support Specialist 48 Advanced Computer Training 16 Culinary Arts 20 Nursing Assistant 20 Security & Protective Services 24 Total 186 The Academic program will consist of six (6) classrooms that will provide: Literacy and numeracy instruction; ELL (as needed); General education development (GED) instruction; Online High School Diploma instruction. Additionally, the Academic program will provide: A classroom for TABE administration and compliance with Company/DOL requirements and guidelines. Provide oversight to the Driver's Education Program. Management The subcontractor shall provide direction, management and administrative support to all functions and activities of the applicable subcontract. The subcontractor shall establish systems that ensure: •1. Effective program organization and management. •2. Program integrity and accountability. •3. Staff professionalism and development. Quality Assurance Surveillance Plan In accordance with FAR 37.604, Adams and Associates, Inc. shall conduct quality assurance and performance assessment functions to the extent necessary to determine whether the subcontractor has fulfilled the contract obligations pertaining to quality and quantity, including achievement of outcomes as specified in the subcontract. Under the terms of this subcontract, the subcontractor shall be eligible to earn incentive fee based on achievement of performance results within the Outcome Measurement System. IV. Deliveries or Performance Type of Contract This is a Cost Reimbursable Contract. Period of Performance Base Period 03/01/2013 through 5/31/2013 (3 months) Option 1 06/01/2013 through 8/30/2013 (3 months) Option 2 09/01/2013 through 11/30/2013 (3 months) Upon completion or termination of this subcontract, the subcontractor shall transfer complete documentation regarding property transactions, student files and other records as directed by Adams and Associates, Inc. Payment and Payment Due Date •1. Allowable Costs In accordance with Clause 52.216-7, Allowable Costs and Payment the subcontractor shall be reimbursed for allowable, allocable costs incurred in performance of the work under this subcontract. In addition to reimbursements for direct costs incurred, the subcontractor shall be reimbursed for indirect costs in accordance with the FAR 42.7, Indirect Cost Rates. Indirect Cost Rates shall be negotiated by the Department of Labor's Office of Cost Determination or other cognizant audit agency. General & Administrative rates are a requirement of this procurement. •2. Fee Under the terms of this cost reimbursable subcontract, the subcontractor shall be paid a base fixed fee of 3.6% and have the opportunity to earn an incentive fee equal to the incentive fee percentage earned and applied to the prime contract. The incentive fee will be billable on an interim basis at 1.2%, making the total billable fee 4.8%. The final incentive fee will be calculated and paid on the same percentage basis and timeframe applied to that of the prime contract, with the payment calculated and paid on the value of the subcontract direct expenses. •3. Payment and Invoice Requirements As the sole and entire compensation under or in relation to this Subcontract, the proposed budgets will be used as the basis for the Subcontract value, fixed and incentive fee amounts, and estimated payments. Adams and Associates, Inc. shall pay on a bi-monthly basis consistent with the billing frequency specified in the PRH, Appendix 502. The mid-month invoice should be billed at the 1/24 th the annual Subcontract rate. The month end billing shall include the unbilled expenses incurred for the month and a full rendering of personnel expenses by name, position and amount, to include G&A at the proposed rate and monthly fee of 4.8% (3.6% fixed and 1.2% billable incentive fee) per the PRH. Changes in either the rate or the scope of work shall be authorized only by written Modification signed by both parties to the Subcontract Agreement. Subcontractor will submit an invoice at the end of each completed billing period for which services have been provided, approved by the Center Director of the Shriver Job Corps Center. The invoice must include the number of hours worked for each day of service. Adams and Associates, Inc. will remit payment to subcontractor within 30 days of receipt of an approved, accurate invoice with applicable attachments. Subcontractor shall provide a financial report to the Center Director of the Shriver Job Corps Center by the 4 th day of each month that conforms to the requirements of PRH 5 and Appendix 502/503 and Adams and Associates, Inc. financial policies and procedures. Subcontractor shall provide a complete financial report to the Center Director upon completion of each contract period that is subject to audit, review and reconciliation by Adams and Associates, Inc. Financial Department. Option Period Costs The subcontractor agrees that the estimated costs for providing academic and career technical training services in each of the option periods shall be based on the agreed-to budget for ongoing expense in the preceding year, with an appropriate adjustment for price inflation using the same inflationary factor applied to the Shriver Center's prime contract. Contract Terms and Conditions for Options Adams and Associates, Inc. shall analyze the option period cost in relation to the current market price in deciding whether to exercise the option. In addition, factors to be considered by the Adams and Associates, Inc. in the awarding of the option include the subcontractor's performance compared to outcome measurement standards established by the Director of Job Corps, and the subcontractor's performance in terms of compliance and quality assessments. In addition, there may be other factors impacting on the option period decision. These include other terms and conditions of the subcontract, fair market value of similar subcontracts, the necessity of reducing disruptions to operations, innovations, corporate support, audit results, special review findings, other sources regarding compliance with this subcontract, as well as DOL administrative considerations. If consideration and analysis of the above factors indicate a new subcontract is most advantageous to Adams and Associates, Inc., the option may not be exercised. If the analysis of the above factors results in a favorable determination that is advantageous to Adams and Associates, Inc., the option may be exercised. Liquidated damages for Academic and CTT completions found to be invalid The subcontractor shall be held financially responsible for the costs associated with any and all Academic (GED/HSD) or Career Technical Training Completion credits that are determined to be invalid. The subcontractor shall be required to reimburse the government $500 for each misreported GED/HSD and $750 for each misreported Career Technical Completion. Insurance: Subcontractor shall obtain and maintain all insurance coverage that it is legally required to maintain, including workers' compensation insurance and unemployment benefits insurance. Subcontractor shall further obtain and maintain: (1) a comprehensive General Liability insurance with a limit of at least a $1 million per occurrence and waiver of subrogation with respect to Adams and Associates, Inc. and (2) comprehensive Automobile Liability insurance with a limit of at least $1 million combined single limit for all of subcontractor vehicles used in connection with the services identified in this Agreement; and (3) Fire Legal Liability of at least $500,000 per occurrence. Subcontractor shall add Adams and Associates, Inc. as additional insured under said general liability insurance and automobile insurance policies. Subcontractor shall ensure that all subcontractors it employs to perform the services identified in this Agreement maintain the same insurance as provided in this paragraph. This insurance provision is separate and apart from Subcontractor indemnification duties as stated in paragraph 10 above and does not in any way limit such indemnification duties. V. Proposal Submission Proposals submitted in response to this RFP shall include a transmittal letter and the sections listed below. SECTION FORMAT PAGE LIMIT COPIES •1. Technical Approach Written 20 4 •2. Staff Resource Proposal Written 25 4 •3. Cost Proposal and Small Business Subcontracting Plan (if applicable) Written N/A 4 All parts of the proposal shall be submitted in hard copy. •A. Technical Proposal •1. Part 1: Technical Proposal The Technical Approach shal l: Address the specific questions listed in the context of the offeror's understanding of the work and how the offeror's approach will meet the required outcomes and quality indicators specified in the PRH; and be presented in the order listed below: •1) What is your plan for providing qualified staff? Please include a detailed staffing plan indicating the number of FTE's and the position titles. •2) What teaching and learning strategies will academic and career technical training instructors use to meet the needs of students at different learning levels? •3) Describe strategies to ensure students are provided with opportunities to earn High School Diplomas and GEDs. •4) What methods will be utilized to ensure graduates obtain both academic and career technical credentials prior to graduation? •5) Describe any employer/educational institution partnerships that will be utilized to support academic and career technical training and ensure that students acquire skills relevant to employment opportunities in today's labor market. •6) How will student progress be evaluated and managed? How will progress/feedback be provided to students? •2. Part 2: Staff Resources Proposal (PRH Chapter 5) The Staff Resources Proposal shall consist of the information described below. •a. Organization : A detailed organization chart covering all staff for the Shriver subcontract. Include a completed Staffing Chart. •b. Position Descriptions: Position descriptions of each staff position title proposed. •c. Resumes : Resumes of the proposed Key Personnel. The resumes shall include information on the nominees' educational and training accomplishments as well as past work and other relevant experience, including any special accomplishments and skills. In addition to resumes, offerors shall provide letters of commitment to work on the subcontract for each individual proposed. •d. Corporate Oversight : Explanation of corporate services and support (General and Administrative services) that will be provided to this subcontract. Describe the experience and specific areas of expertise of corporate staff that will provide oversight. Five (5) of the 25 page maximum page limit is to be dedicated to responding to Corporate Oversight. •e. Staff Development & Incentives : A narrative detailing what efforts the subcontractor will make to develop, retain, and reward staff. Include what specific incentives will be provided and how these may be earned. In addition, include what specific positions will be eligible for an incentive payment, timetable for such payment, and whether or not such payments will be charged to this contract. Five (5) of the 25 page maximum page limit is to be dedicated to responding to Staff Development & Incentives. •3. Part 3: Cost Proposal & Small Business Subcontracting Plan Cost Proposal Costs shall be mentioned only in the Cost Proposal. Offerors shall not propose costs for materials and supplies. Budget and funding for these cost categories shall be provided directly by the prime contract. Include a proposed line item budget for the proposed staffing levels. (All applicable academic and career technical training software, supplies and materials will be provided by the prime contractor) The offeror's Cost Proposal shall consist of the following and in the order stated: •a. Business Management Data •1) Statement of Financial Capability (ETA 8554) •2) Applicable Certifications and Cost Accounting Standards Notices and Certification. •3) A copy of the offeror's Indirect Cost Negotiation Agreement from the cognizant federal agency. If the offeror does not have an approved rate, the submission shall include a proposed rate along with justification G & A budget to support proposed indirect cost rate. •4) An Accounting System Certification, which is a statement certifying that the offeror has an established accounting system with internal controls adequate to safeguard assets, to insure that funds are accounted for by cost categories, to check the accuracy and reliability of the accounting data, to promote operating efficiency, and to permit compliance with Government requirements and accounting procedures with respect to cost-reimbursement type contracts. The statement shall be executed by a certified public accountant (CPA), licensed public accountant, a bona-fide accounting or audit organization such as Defense Contract Audit Agency (DCAA) or an entity of equivalent status acceptable to the Government. •b. Staff Salary Structure and Compensation Plan •1) Total Compensation Plan This plan shall include a description of salaries and fringe benefits, and any bonuses, monetary awards, and other contingent payment plans for all staff charged directly to this contract. The narrative must explain the policy under which these payments will be dispersed. Offerors shall justify proposed salary levels using prevailing wage rate data from the local labor market, the National Job Corps Staff Compensation data as described below, or a combination of both. Offerors may propose adjustments to staff compensation expense due to vacancy savings, overtime expense, night differentials, holiday differentials and other factors. In developing staff compensation plans, offerors shall give consideration to the National Job Corps Staff Compensation Report. This table reflects independent, expert advice that has been given to the U.S. Department of Labor concerning the average salary levels that would be competitive within the local labor market. The data in the table that is attached to this RFP has been adjusted for inflation to reflect salary levels that will be appropriate at the beginning of the contract performance period, and to reflect labor cost conditions in the center's locality. The amounts shown on the table reflect the average annual salary ranges for each category of position along with an allowance for employer paid fringe benefits equaling 24.8% of base salary costs. •2) Staff Salary Structure This shall include a description of the offeror's salary grade structure including positions in each grade, and annual salary ranges for each grade level. The National Job Corps Staff Compensation Report (template provided) organizes data to reflect a model national salary structure for most of the job categories typically employed at Job Corps centers. •3) Staffing Chart The offeror shall include a completed Staffing Chart that will indicate the number of staff for each center function which shall also be included in the Staff Resources Proposal. •c. Narrative Cost Detail •1) For the purposes of this RFP, the inflationary rate used in projecting out-year costs shall be 0 %. Bids must be submitted for base periods and option periods with option period priced with a 0.0% inflationary factor. Each option period should be priced separately. Provide narrative justification for each line item showing how the labor, material, travel, subcontractors, and other costs were determined. Cost justifications based solely on historical data will be considered insufficient to support cost proposals. Include backup data to support the type of labor and estimated numbers of staff within each labor category. The subcontractor shall propose a fee consisting of a base fixed fee of 3.6% and a billable incentive fee of 1.2%, or a total fee of 4.8%. Include a breakdown of the amount estimated for travel, including destination, duration, purpose and cost (per diem and transportation). Subcontract information shall contain the list of names and addresses of any proposed subcontractors or consultants the offeror intends to use in the performance of the contract. Include the following information about subcontractors in excess of $25,000: • ii. Will the subcontractor be able to start performance at the beginning of the contract period? • iii. What is the total cost of each subcontract? • iv. What experience does the subcontractor have in this technical area? • v. What services (skills) shall the subcontractor provide? •d. Option Extension Information The Cost Proposal shall include estimated costs, including G&A and fixed/billable incentive fee totaling 4.8% for two period extensions of this subcontract. Adams and Associates, Inc. shall have the unilateral right to exercise options to extend the contract for additional option periods pursuant to FAR Clauses 52.217-08 and -09 of the Schedule, "Option to Extend." Such extensions shall hereinafter be referred to as "options." The proposal will explain how the costs for each option period were estimated. A budget for each option period will be submitted. The subcontractor understands that the estimated costs for operating the Job Corps academic and career technical training services program in each of the option periods will be based on the previous subcontract amount in the preceding year, with an economic price adjustment. The amounts proposed in the Option Periods are therefore considered provisional. For the purposes of this RFP, the inflationary rate used in projecting costs shall be 0 %. •e. References: Provide a list of at least three (3), but no more than five (5), recent and relevant references of past and present contracts for Federal, State, and/or City agencies and commercial customers within the past three (3) years. "Relevant" is defined as like service as stated in this solicitation's SOW in terms of similar scope and complexity. References must include: Name of the Organization that will be providing the reference, Name of the Point of Contact (POC), POC Telephone Number, POC Email address, Contract Number, Period of Performance, and Scope of Work Ensure that contact information is accurate and up-to-date, as references may be checked. •f. Vendor Questionnaire Form •g. W-9
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/adams/ShriverCTTServices001/listing.html)
- Place of Performance
- Address: Shriver Job Corps Center, Academic and Career Technical Training Services, 270 Jackson Road, Devens, Massachusetts, 01434, United States
- Zip Code: 01434
- Zip Code: 01434
- Record
- SN02980656-W 20130208/130206234225-994a805f39acb1532078ad20ed639144 (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 |