SOLICITATION NOTICE
R -- Facilitator Support Services in Groton, CT and Kings Bay, GA
- Notice Date
- 2/16/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- N00140 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0014005T0011
- Response Due
- 2/24/2020
- Archive Date
- 3/25/2020
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with FAR Subpart 12.6 format and FAR 13.5 procedures, with supplemental information herein. This notice constitutes the only solicitation; quotes are being requested; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This notice shall be posted at FEDBIZOPPS and NECO (http://www.neco.navy.mil/) as Request For Quotations N00140-05-T-0011. This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-27 and DFARS Change Notice 20050207. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions, which may be accessed in full text at: www.arnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. NAICS code: 611710; Small Business Standard: $6,000,000. This is a 100% Small Business Set-Aside. FISC Norfolk Contracting Department, Philadelphia Division requests res! ponses from qualified sources capable of performing the following: 0001 Submarine Learning Center (SLC) Groton, CT, Facilitator Support Services; 0001AA Base Quantity 5 Facilitators, 7 Months, 0001AB Optional Quantity 5 Facilitators, 7 Months; 0002 SLC Kings Bay, GA Facilitator Support Services, 2 Facilitators, 7 Months; plus same in four 12-Month Option Periods at Groton and Kings Bay, starting 10/1/2005. STATEMENT OF WORK (SOW): CIN/TITLE: Apprentice Technical Training (ATT) for Electricity, Electronics, Communications and Radar; Course Length: Self-Paced, programmed for 132 class hours at Groton and 141 class hours in Kings Bay. GROTON: 3 Classrooms; Class Size: Classrooms #1 and #2 ? 36 stations each Classroom #3?16 stations; 40 hours/week, two shifts between 0630-2230. KINGS BAY: 1 Classroom; Class Size: 12 stations; Hours/Week: One shift 6:30 to 15:30. Requirement: Five Facilitators required per 3 classrooms in Groton and 2 facilitators required for 1 classroom in ! Kings Bay. Note that in this document, the terms ?facilitator,? ?technical specialist,? and ?technical specialist facilitator? are synonymous. This includes manning of classroom for students? open study after normal 8-hour classroom time and 2-shift operation in Groton from 0630 to 2230. One facilitator acting as Lead stationed in Groton and also acting as Lead for Kings Bay. Facilitators are required to assist with staffing an open learning environment during non-managed school hours. Open learning is staffed from 1530-2130 at both sites on workdays and 1000-1400 on Saturdays as needed. Times may change based on use and school hours. Effective start date: 3/25/05. Schedule is Monday through Saturday. Purpose/Objective of Course: 1. The Apprentice Technical Training (ATT) is an on-line course taught in a residential training environment and supported by facilitators. Facilitators will be required to assist with staffing an open learning environment during normal class ! day and during non-managed school hours. Staffing for the ATT active learner environments is based on an annual ?steady state? facilitator requirement. Facilitator workforce size is determined by the total capacity of the active learner environment; measured in available seats rather than classrooms or course hours. 2. Functionally, contractor facilitators shall report to the active learner environment. Military facilitators are also assigned in a facilitator function. a. LEAD FACILITATOR: In addition to all other Facilitator functions, the Lead will ensure appropriate contractor facilitator staffing levels are available for daily operations; shall be responsible for the basic maintenance and repair of Navy owned ATT technical training equipment (TTE); inventory all circuit cards; order and maintain inventory of Navy repair parts; and shall update and maintain software and server maintenance at the direction of the Great Lakes software maintenance support manager; downlo! ad all required daily and weekly reports; coordinate with military staff on scheduling and student control; participate in staff level meetings to keep command abreast of manpower and equipment issues; conduct learner indoctrination for newly reporting learners. The Lead Facilitator shall perform these functions at Groton and Kings Bay. b. FACILITATOR: Required to monitor a group of self-directed learners in a computer delivered/web based environment. Facilitator must have experience in open learning environments and be familiar with motivational methodologies associated with on-line or self-directed computer delivered curriculums. General computer literacy is required. The facilitators shall have technical backgrounds, skills, certification and/or education as applicable if required by the accrediting association. c. FACILITATOR/ADMINISTRATOR: In addition to all other Facilitator duties, this position shall maintain computer based and written student records; log and mai! ntain all software update records; update all student information and coordinate with military staff on all student control issues; supply military staff with daily updated student roster; update all absentee reports for authorized student lost time; coordinate with student control officer on expected course completion times for students outside normal completion window; maintain the ATT matrix and student data on the Subscol web site; conduct learner indoctrination for newly reporting learners. 3. Technical Specialist Facilitators shall: a. Work in conjunction with and in support of Military Facilitators to offer an additional level of learner-centered intervention or remediation on courseware; b. Assist in proctoring exams and performance tests, confer with and make recommendations to military facilitators regarding enhanced learner intervention issues; c. Provide learner-centered support during structured or open study learner interventions; d. document internal curricul! um and program technical issues and report through the chain of command; e. Confer with Military Facilitator and recommend learning alternatives when appropriate (i.e. open study, lesson review, additional practice lessons). Technical specialist may provide Level 1 and Level 2 student intervention. Level 1 - Intervention is when a learner requests support from the Military Facilitator or technical specialist. Level 2 - Intervention is when a learner?s progress is 3 or more days behind projections, an enhanced level of intervention is required. In extreme cases, the facilitator may utilize one or more of the following options: Learning Resource Center (LRC), remote learning CD, laptop checkout, mentored assistance in LRC. Level 3 - Intervention is when a learner is unable to maintain acceptable progress due to non-academic reasons. Military facilitators will handle this situation. 4. Transition: A Transition period of up to 30 days, starting 3/1/2005, is required between co! ntract/modification execution and the start date of full performance. A kick off meeting will be held at the start of the transition period to discuss the Navy?s self-paced learning environment and the contract requirements for ATT facilitation. During the transition period, the Government will coordinate with the incoming contractor and the outgoing contractor to ensure an orderly transition and minimize any impact on training and readiness of the classroom and classroom equipment. The Government will coordinate with the outgoing contactor to provide the incoming contractor with access to the site, material, and equipment; allow the incoming contractor's facilitators to attend the course as a student (if necessary); and allow the contractor's personnel to observe the performance (over the shoulder) of all required tasks on a not to interfere basis. Period of Performance: 7-Month Base Period and four consecutive twelve-month Option Periods. Responsibility and Inspection:! Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1; Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/; 52.212-3 ALT I; 52.212-4; 52.212-5, including: 52.203-6, 52.2196, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52-222-37, 52.232-33, 52.222.41/42/43. Quoters shall include a completed copy of 52.212-3 ALT I with quotes. Additional applicable contract terms and conditions are: 252.212-7000 and 252.212-7001, including 52.203-3, 252.232-7003 and 252.243-7002; 52.212-2--the award will be based on an evaluation of past performance and price. U.S. DOL, Wage Determination Nos. 94-3024 (Rev 15) and 94-2116 (Rev 16) apply. Any exceptions to the SOW may result in an unacceptable quo! te. The Government intends to award a firm-fixed-price type purchase order to the eligible, responsible quoter whose quotation represents the best value considering both past performance and price with past performance more important than price. PAST PERFORMANCE: The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the item description herein, performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (name, phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quotation. The information should include, however! , discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quotation of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quotation to the Government and thus, may be an unsuccessful quotation when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past perfo! rmance. The assessment of the quoter?s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government determines are most relevant to the RFQ. Oral quotations are not acceptable in response to this notice. All quotations shall include a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Responses to this notice are required, in writing, by 24 February 2005, and shall be mailed to Anita Spriggs, Code 204.21E, 700 Robbins Avenue, Building 2B, FISC Norfolk, Contracting Dept., Phila. Div., Philadelphia, Philadelphia, PA 19111-5083; faxed to (215) 697-5418; or emailed to anita.spriggs@navy.mil. Quotations over 10 pages in tota! l will not be accepted by facsimile. All responsible sources may submit a quotation for consideration. See Numbered Note 1.
- Record
- SN00753147-W 20050218/050217080601 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |