Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2007 FBO #1992
SOLICITATION NOTICE

R -- Assistant Education Advisor/Outreach/AFDW-NCR

Notice Date
5/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA7012-07-T-0018
 
Response Due
5/16/2007
 
Archive Date
5/31/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No: FA7012-07-T-0018. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. This is a total 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 611710 at $6.5 million size standard. LINE ITEM 0001: Non-instructional, non-personal services as assistant Education Advisor/Outreach/AFDW-NCR providing advisement/enrollment to military and DOD Civilian personnel assigned to or serviced by the AFDW/NCR Education Services office in the Pentagon. Definition of a Unit: The conducting of five (5) individual sessions during a four (4) hour period. QUANTITY: 240 Units, UNIT PRICE: $____________, EXTENDED PRICE: $___________. Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. DESCRIPTION/STATEMENT OF WORK INSPECTON AND ACCEPTANCE TERMS: 1. DESCRIPTION OF NON-PERSONAL SERVICES. The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation, and other services necessary to perform Assistant Education Advisor/General Education/Learning Center services for the 11th Wing Education Office. This service will be conducted at the Education Services Office, 1085 Pentagon, Rm 4A1088I, Washington DC. Contractor shall perform all services in accordance with the Statement of Work (SOW). 1.1. The contractor shall provide advisement and enrollment in support of agencies of the military and DOD (Department of Defense) personnel assigned to Bolling, Bolling GSU(s), the Pentagon, Pentagon GSU(s), the Air Force District of Washington (AFDW) and the National Capitol Region (NCR) that includes Sister Services as well as Congressional and other Federal Agencies not normally covered by Support Agreement and who are otherwise eligible for these services. Services include CLEP, DANTES, Tuition Assistance, MGIB (Montgomery GI Bill), and general education requirements for CCAF (Community College of the Air Force), AFVEC (Air Force Virtual Education Center) utilization, general testing availability (ie. CLEP, DANTES, etc) and available academic programs thru local institutions, also Learning Center study programs which include CLEP, DANTES, PLATO, Rosetta Stone, LASSI, and Myers Briggs. 1.2. The contractor shall be knowledgeable and experienced in the Air Force Education Services Program. Contractor shall be trained and certified in the New Version 2.50 AFAEMS (System of Record for Air Force Education), and AFVEC (Air Force Virtual Education Center) programs. Contractor shall be both qualified and trained to act in the capacity of Trainer for On Line Tuition Assistance processing through AFVEC. The contractor shall be thoroughly knowledgeable in all aspects of the CCAF program as well as the utilization of MILPDS and CDSAR. The contractor shall be able to convey information on a customer service level. The contractor shall be experienced and knowledgeable with academic programs available in the local (Washington Metropolitan) area and how the needs of the military student and their dependents can be met. 1.3. The contractor shall conduct a minimum of five (5) advisement enrollment sessions during a one unit (4-hour block). The sessions will include staff meetings and training as necessary. 1.4. These services will be on an as CALL BASIS, meaning the US Government payment called for and satisfactorily delivered under this contract shall not exceed the unit cost. 1.5. The contractor shall comply with the provisions of AFI 36-2306, The Education Service Program. 2. GOVERNMENT FURNISHED PROPERTY AND SERVICES. 2.1. GOVERNMENT-FURNISHED UTILITIES. The government will furnish utilities for the operation of the facilities provide. These utilities include heating, fuels, gas, electricity, water, sewer, fire and police protection and severe emergency medical. 2.2. CONSERVATION OF UTILITIES. The contractor shall practice utilities conservation. The contractor shall operate under conditions that prevent the waste of utilities to include; turning off lights and water faucets when not in use. 3. GENERAL INFORMATION. 3.1. QUALITY ASSURANCE. In accordance with FAR 52.212-4(a) Inspection /Acceptance, the government will evaluate the contractor's performance under this contract. 3.2. QUALIFICATIONS OF CONTRACTOR. The contractor will be regularly engaged in the performance of the educational programs aforementioned in paragraphs 1.1 and 1.2. Due to training constraints and NO education office staff to provide same, it is necessary that the contractor meet the following experience and academic qualifications and be able to demonstrate same. The contractor shall have three years experience in the Air Force Education Services program and be academically proficient to provide these services. Meeting this requirement does not include being assigned to the Training Division of Education & Training. Contractor shall be DANTES Test Administrator certified. Contractor shall be a graduate of a CCAF Training Workshop held at Maxwell AFB, Alabama. Contractor shall be qualified to teach and have taught a College Skills Workshop. Contractor shall be fluent in the processes of initiating, establishing and completing thru Out Reach academic course(s) in the Pentagon to include student security requirements. Contractor shall possess a Secret Clearance as required by Pentagon Security. Contractor shall possess an awarded Bachelors Degree in Education. Supporting documentation or resume shall be submitted with offer. 3.2. HOURS OF OPERATION. The contractor shall perform the services under this order during the following hours: Monday thru Friday, units are conducted from 0730 to 1130 and 1230 thru 1630. Evenings units are conducted Monday thru Friday from 1700 to 2100 and weekend sessions identical to weekday, except for the observed federal holidays. Alternate schedules shall be approved by the Education Services Officer or their designee. 3.3. FEDERAL HOLIDAYS. The contractor is not required to provide services on observed Federal holidays. The following are federal holidays observed by this installation: Memorial Day , Last Monday in May, Independence Day , 4 July, Labor Day , First Monday In September, Columbus Day ? Second Monday In October, Veterans Day , 11 November, Thanksgiving Day , Fourth Thursday In November, Christmas Day , 25 December. 3.4 GOVERNMENT REMEDIES. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items (FEB 2002), for contractor?s failure to perform satisfactory services or failure to correct nonconforming services. 3.5. SECURITY REQUIREMENTS. The contractor shall abide by all security regulations of the installation as directed by the Installation Commander. 3.5.1. PHYSICAL SECURITY. The contractor shall be responsible for safeguarding all government property provided for contract use. At the end of each work period, all government facilities, equipment and materials shall be secured. Contractor?s standard inspection procedures shall be used. Delivery/Acceptance will be at 11 MSS/DPE, 112 Brookley Avenue, Suite 1, Bolling AFB, DC 20032. DELIVERY/INSPECTION AND ACCEPTANCE TERMS: Services will begin on or about 20 May 2007 and expire 31 October 2007. Services will be inspected by Quality Assurance personnel at the job site. All interested contractors are to submit a copy of their quotation by the solicitation due date. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3 Alternate I, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follows: 52.237-1, 52.252-1, (http://farsite.hill.af.mil); 52.252-5: (b) DFARS (Chapter 2). Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representations and Certifications Application). FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-9, 52.209-6, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.232-18, 52.232-33, 52.233-1, 52.237-2, 52.237-3, 52.252-2 (http://farsite.hill.af.mil), 52.252-6, DFARS (Chapter 2), 52.253-1 252.204-7003, 252.204-7004 Alt A, 252.212-7001, 252.232-7003, 252.232-7010, 252.243-7001, 252.246-7000, 5352.223-9001 and 5352.242-9000, FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.225-3, 52.232-33, 52-233-3 and 52.233-4. All responses must be received no later than 4:00 pm Eastern Standard Time, 16 May 2007 to 11th CONS/LGCO 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail, facsimile, or e-mail to James.WarrenJR@Bolling.af.mil. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or via the internet at www.ccr.gov. The FAR clause web site is http://farsite.hill.af.mil. Questions concerning this solicitation should be addressed to James A. Warren Jr., Contract Specialist, Phone (202) 404-7772, FAX (202) 767-7887, E-mail to James.WarrenJR@bolling.af.mil.
 
Place of Performance
Address: 112 Brookly Avenue Suite 1, BOLLING AFB, DC
Zip Code: 20032-0502
Country: UNITED STATES
 
Record
SN01290791-W 20070511/070509221627 (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.