Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2005 FBO #1284
SOLICITATION NOTICE

U -- Homeport Training in the Ingleside, Texas Fleet Concentration Area

Notice Date
5/31/2005
 
Notice Type
Solicitation Notice
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-05-T-0061
 
Response Due
6/14/2005
 
Archive Date
7/8/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 13, 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. Solicitation N61339-05-T-0061 is issued as a request for quotation and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-03. This solicitation is not a small business set-aside. The NAICS Code for this solicitation is 611519 with a size standard of $6.0M. This effort will be accomplished under the provisions of an Indefinite Quantity Contract (IQC) with qualified vendors/schools capable of providing the required instruction. The product to be purchased under this effort is a proficiently trained student, meeting the performance and course completion standards. This solicitation sets forth the requirements for providing training in the General Mess Operations Course, to Navy personnel in the Ingleside, TX, Fleet Concentration Area (FCA). However, other related Culinary courses as directed by the Navy Personal Development Command (NPDC) and the various Learning Centers may be included. The training provided by the Contractor will encompass the course scope and learning objectives identified in Attachment (1), Statement of Work (SOW) and the Course Descriptions at Attachments A-B. Additionally, this course may be deleted, modified, or changed from its current method of delivery and format from the course identified in the Attachments, and will still be considered within the scope of this effort. Government facilities will not be provided. The Navy will provide the vendor with the initial Government Furnished Information (GFI) consisting of the Standard Processes and course curriculum including the lesson outlines, instructor guides, student guides, publications, special student handouts, testing plan and course tests. The vendor shall provide the personnel, supervision, management, training equipment, materials, facilities and instructional technology needed to conduct training of Navy personnel. Student throughput, number of convenings and maximum class size for this course are listed in Table A of the SOW. Convenings are estimated and may vary from year to year. Maximum class size is 15. Vendors? facility shall be within a sixty-minute commute from the Ingleside Texas, Naval Base. Facilities shall be of adequate size/space to conduct the training and shall have acceptable environmental conditions (heat/air) normally found in an academic setting, utilities, and support to ensure undistracted and productive training. The Contractor instructors shall meet the minimum qualifications required by nationally acceptable industry or academic standards for certification as an instructor in their field of expertise. For example, accreditations may be in accordance with but not limited to, American Culinary Federation (ACF) certification, Southern Association of Colleges, Northwest Association of Schools and Colleges. Additionally, vendor?s instructors shall undergo Navy Core Values and Prevention of Sexual Harassment training and shall be certified in Cardiopulmonary Resuscitation (CPR). Contractor instructors may be required to access military facilities, a Navy base pass will be required. Interested vendors should address the following Factors. a. Institution's Accreditation/Certification. Identify your institution?s accreditation and/or industry certification and provide a copy as part of your quotation. b. Instructor Qualifications. Identify instructor qualifications and experience necessary to meet your institution?s requirements, Texas State and industry minimum requirements for instruction in the skills to be taught and how those instructors maintain their accreditation/certification. Indicate how you propose to maintain currency in the industry and with any Navy or industry changes to the government curriculum. c. Institution?s Capability to provide training: Identify if you have instructor staff on hand or if you will obtain instructors. Provide a description of your understanding of the course objectives and indicate the time required to provide the first class. Identify your approach for having your instructors receive training in Navy Core values and Prevention of Sexual Harassment training. d. Vendor Facilities: Identify proposed facilities (size, environmental atmosphere, etc.) and equipment for conducting instruction of the course. Indicate if the facility is within 60 minutes or less drive time (rush hour traffic) from the Ingleside, Texas Naval Base. e. College/Industry Credit: Indicate if you will offer college credit, industry certification/credit, or other for the course offered, the number of credits that can be awarded and if they are transferable. f. Past Performance: Provide a list of previous/current contracts (within 2 years) with either Government or industry with a point of contact name and phone number; if not other Government contracts, provide a short description of services provided to industry, and/or copies of awards received, articles depicting services provided, or any other indication of past performance. g. Price: Indicate total price per class. Identify and break out all variable cost to include tuition, smocks, fees, labs, materials, and any other associated cost. If using a breakeven point, show the price per student above the breakeven point. Offerors break even point will be incorporated into the contract as the minimum number of students per class. Identify your projected price escalation over five years from year 2005 through 2010. Provide price for surge in the event the Navy sends more than the estimated number of students per class. Provide the maximum class size for your facilities. Indicate your institution?s class cancellation policy. Indicate if your institution accepts credit cards for course payment. Provide complete institution name/address/point of contact/phone number. Solicitation attachments can be obtained through the NAVAIR Orlando TSD web site located at http://www.ntsc.navy.mil/EBusiness/Index.cfm. (Click on Open Acquisitions, then click the drop down on Entry Types and choose SAP RFQ Notices). Be advised that periodic access to this web site is essential for obtaining updated information and the latest information regarding this combined synopsis/solicitation. No further information will be posted to the FedBizOpps web site. Solicitation attachments will include (1) Statement of Work; (A) Training Course Control Documents (TCCD), (B) Master Course Schedule; (2) Wage Determination. Written quotations are limited to 15 pages or less (not including past performance indicators). Award will be evaluated under FAR Part 13 and made in the form of an IQC. The following evaluation factors apply: Technical, Past Performance and Price. Technical sub factors are Institutions accreditation/certification; Instructors qualifications; Institution?s capability to provide training; Institutions facilities, college/industry credit, in descending order. Technical factors will be judged on merit. Technical when combined with past performance is slightly more important than price in determining the best value to the Government. Past Performance is less important than Technical. The period of performance will be for five (5) years. The Government reserves the right to award to multiple offerors in the event one offeror cannot meet the required throughput or multiple awards represent the best value to the Government. The Government reserves the right to perform a site review/inspection of offeror?s facilities to determine offerors capability of complying with Navy culinary and safety requirements. The Government intends to award without discussions but reserves the right to conduct discussions if deemed necessary. The Government intends to pay by credit card. FAR/DFARS clauses can be located at the following site: http://www.arnet.gov/far. The following FAR/DFAR clauses and provisions apply to this acquisition: FAR 52.203-3, 52.212-1, 52.212-2, 52.212-4, 52.212-5 (Class Deviation Applies), 52.216-18, 52.216-19, 52.216-21, 52.216-27, 52.222-41, 52.222-42, 52.232-36, 52.233-1, 52.233-3, DFARs 252.204-7004, 252-209.7001, 252.212-7001 (a) and (b) applies. A completed copy of the following must be included with each quote: FAR Clause 52.212.3: (b), (c)(1)(2)(3)(4)(5) (effort will not exceed simplified acquisition threshold), (d), (e) and (h) and DFARS 252.212-7000. The DPAS rating for this solicitation is N/A. Quotations may be mailed to NAVAIR Orlando, Attn: Karen Henderson, Code 25333, 12350 Research Parkway, Orlando FL 32826 or emailed to karen.henderson@navy.mil at or before 1500 (3:00 PM), EST, 14 June 2005. Anticipated award date is O/A 01 July 2005. For information regarding this solicitation, contact Karen Henderson at (407) 381-8781 or via email: karen.henderson@navy.mil.
 
Place of Performance
Address: Ingleside, Texas Fleet Concentration Area
 
Record
SN00818589-W 20050602/050531212220 (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 |
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.