MODIFICATION
U -- Culinary Arts Management/Training - Amendment 2
- Notice Date
- 11/9/2018
- Notice Type
- Modification/Amendment
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of the Army, Army Contracting Command, CSBs, 413th CSB (W912CN) RCO Hawaii, 742 Santos Dumont Ave., BLDG 108, Wheeler Army Air Field (WAAF), Schofield Barracks, Hawaii, 96857, United States
- ZIP Code
- 96857
- Solicitation Number
- W912CN-19-Q-0008
- Archive Date
- 11/29/2018
- Point of Contact
- Christiaan.D Lawes, Phone: 8086560971, Darryl E. Weaver, Phone: 8086560986
- E-Mail Address
-
christiaan.d.lawes.mil@mail.mil, darryl.e.weaver.civ@mail.mil
(christiaan.d.lawes.mil@mail.mil, darryl.e.weaver.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PWS Conformed Solicitation POI Amendment 0002 PERFORMANCE WORK STATEMENT (PWS) Advanced Culinary Arts Training 8 November 2018 PART 1 GENERAL INFORMATION 1. GENERAL: This is a non-personnel service contract to provide Advanced Culinary Arts Training. The Government shall not exercise any supervision or control over the contractor / service providers performing the services herein. The contractor shall be accountable solely responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all supervision, and personal services necessary to perform the Advanced Culinary Arts Training as defined in this PWS except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Objectives: See attached 2-Week Program of Instruction (POI). a. Conduct "Train-the-Trainer" course for the instructors b. Serve as the primary coach/advisor for the 2019 Joint Hawaii Culinary Arts Team c. Serve as primary coach/advisor for the 2019 National Student Skills Team Hawaii if Team continues past the Ft. Lee competition (*). e. Provide instructions/training to twelve (12) members of the 2019 Joint Hawaii Culinary Arts Team for twelve (12) weeks/40 hours per week as stated below. This training will start NLT 03 December 2018. The dates below may change as determined by the government Point of Contact (POC) OIC/NCOIC. 03 Dec 2018- 14 Dec 2018 07 Jan 2019- 02 Feb 2019 04 Mar 2019- 15 Mar 2019 (at Ft. Lee, VA) *3 Jun 2019- 29 Jun 2019 *29 Jul 2019- 09 Aug 2019 (at Orlando, FL) 1.3 Scope: See attach ed 2-week POI. The contractor shall accomplish training the instructors on task associated with the 2-week POI. The contractor shall accomplish tasks in the 2-week POI which involves training twelve (12) students in areas of advanced culinary arts. The contractor shall serve as the primary coach/advisor for the 2019 Joint Hawaii Culinary Arts Team. 1.4 General Information 1.4.1 Quality Control: The contractor shall maintain quality control to ensure services are performed in accordance with this PWS. The contractor shall identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control is the means by which he assures himself that his work complies with the requirement of the contract. The contractor will instruct the three (3) assistant instructors and twelve (12) students evaluating them as a group and individually with an "End of Day" and "End of Training" meal preparation that will be judged to certify the instruction was understood and applied during practical exercises. 1.4.2 Quality Assurance: The government will evaluate the contractor's performance under this contract. The quality assurance is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. 1.4.3 Recognized Holidays: The Contractor will be not be required to work on the below federal holidays. New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.4.4 Hours of Operation: The contractor is responsible for conducting business, between the hours 7:00 am to 7:00 pm Monday thru Saturda y, except when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.4.5 Place of Performance: The work will be performed at the F-Quad Culinary Arts Training Center (BLDG 650) on Schofield Barracks, HI which is a government furnished facility. All training will be held here except the 4-15 March 2019 (a training lab in Ft. Lee) and 29 Jul - 9 Aug 2019 (a training lab in Orlando, FL). 03 Dec 2018- 14 Dec 2018 07 Jan 2019- 02 Feb 2019 04 Mar 2019- 15 Mar 2019 (at Ft. Lee, VA) *3 Jun 2019- 29 Jun 2019 *29 Jul 2019- 09 Aug 2019 (at Orlando, FL) 1.5.6 Contractor Qualifications: a. Must have a working knowledge of the military Department of the Army (DA) level annual Military Culinary Arts Competitive Training Event (MCACTE) at Fort Lee, Virginia. b. Must be a current American Culinary Federation (ACF) certified judge. c. Must have competed at the International level in ACF competitions. d. Must have served as a Student Skills Team captain in at least (2) ACF events at the national competition level. e. Must be at the minimum, a current Certified Executive Chef (CEC) with the ACF. f. Must be recognized by the ACF as an American Academy of Chefs (AAC) member which recognizes the contractor as an educator. g. Must be certified and hold a current standing as a World Association of Chef Societies (WACS) judge to ensure globally standardized training is being conducted. 1.4.7 CW4 Clifford Peterson (primary) and CW2 Shemika Harris (alternate) have been appointed as the POC for the government and they can be reached at clifford.j.peterson.mil@mail.mil and shemika.l.harris.mil@mail.mil. 1.4.8 The contractor shall provide a project manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The project mana ger or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The project manager or alternate shall be available between 7:00am-7:00pm, Monday thru Saturday. 1.4.10 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Contractor will be required to obtain a daily pass onto the government base unless the below applies. a. Retired military b. Retired DOD personnel 1.4.11 Contractor Travel: Contractor will be required to travel CONUS and OCONUS during the performance of this contract to attend meetings, conferences. The contractor may be required to travel to off-site training locations and to ship training aids to these locations in support of this PWS. All travel requires Government approval/authorization and notification to the COR. Must be able to speak fluent in the English language. PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS : 2.1 DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2 CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3 CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4 DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5 DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6 KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7 PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8 QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9 QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10 QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11 WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12 WORK WEEK. Monday through Saturday, unless specified otherwise. 2.2 ACRONYMS: AAC American Academy of Chefs ACF American Culinary Federation AR Army Regulation CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative CEC Certified Executive Chef DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DOD Department of Defense FAR Federal Acquisition Regulation KO Contracting Officer ODC Other Direct Costs POC Point of Contact POI Program of Instruction PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1 Services : The Government will provide one (1) assistant instructors during the 2-week POI to assist the contractor. 3.2 Facilities: The Government will provide a fully equipped culinary arts training facility; the necessary workspace for the contractor to provide support as outlined in the PWS to include desk space, telephones, computers, and other items necessary to maintain an office environment. 3.3 Utilities: The Government will furnish all utilities required for the contractor's service during the culinary training and try-outs. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. 3.4 Equipment: The Government will provide all equipment applicable to this training. 3.5 Materials: The Government will provide all training materials to include training rations Class I, Class VI for the use in the exotic menu items that are planned in the 2- week POI and throughout the planned training leading up to all training events. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: Training Only. The contractor is not responsible to furnish training items or any materials for this training. 4.2 Materials. The contractor is not responsible to furnish materials, supplies, and any equipment to meet the requirements under this PWS. 4.3 Equipment. N/A 4.4 Travel. The contractor is responsible for funding all travel arrangements throughout the duration of this contract. 4.5 The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on "Department of the Army CMRA" or the icon of the DoD organization that is receiving or benefitting from the contracted services. The Unit Identification code for reporting is WGQ1AA. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website. PART 5 APPLICABLE PUBLICATIONS 5. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) 5.1 At a minimum, the contractor shall instruct all tasks included in the 2-week POI, the Amer ican Culinary Federation Competition Manual, & the American Culinary Federation Student Skills Team Competition Guidelines Manual. 5.2 The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures in particular the 2019 ACF Student Team guidelines. PART 6 ATTACHMENT/TECHNICAL EXHIBIT LISTING 6. Attachment 1 - Performance Requirements Summary ATTACHMENT 1 PERFORMANCE REQUIREMENTS SUMMARY Performance Objective Standard Performance Threshold Method of Surveillance PRS # 1. The contractor shall instructions relating to the 2-week POI. - 4 course meal by the end of the course The minimum acceptable level for this training is if a student cannot prepare a 4 course meal by the end of the course. Periodic Surveillance PRS # 2 The contractor shall provide instructions to the (1) assistant instructor Provide instructions to students on the "mother" sauces The minimum acceptable level for this training is if the assistant instructor cannot provide instructions to students on the "mother" sauces Random Sampling PRS # 3 The contractor shall provide ACF judging and critiquing to (12) students Establish Guide and Grade material to judge IAW standards. The minimum accept able level for this training is if the students cannot improve upon their dishes from the start of the course until the end of course. 100% Percent Inspection Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2018-10-25 20:44:50">Oct 25, 2018 8:44 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2018-11-09 00:41:38">Nov 09, 2018 12:41 am Track Changes 25 OCT 2018 - Solicitation W912CN-19-Q-0008 is ammended to change the CLIN structure in order to better assist possible Vendors build an accurate quote for this requirment and carify each period of need for this requirment. 8 November 2019 Change the period reuired in June from one two week session to two two weeks sessions running concurrently
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/732abbe0b8415681c4bff3e55b938059)
- Place of Performance
- Address: F-Quad Culinary Arts Training Center, (BLDG 650) on Schofield Barracks, HI, Schofield Barracks, Hawaii, 96858, United States
- Zip Code: 96858
- Zip Code: 96858
- Record
- SN05149482-W 20181111/181109230750-732abbe0b8415681c4bff3e55b938059 (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 |