Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2007 FBO #2020
SOLICITATION NOTICE

R -- Night Monitor for Education Building/Classrooms

Notice Date
6/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, MD, 20762-6500, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1D3567127A100
 
Response Due
6/25/2007
 
Archive Date
7/7/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Night Monitor for 316th Education Services Flight Body of Synopsis/Solicitation to be entered. 1. NIGHT MONITOR FOR THE 316TH EDUCATION OFFICE, ANDREWS AIR FORCE BASE. Request for Quotation F1D3567127A100 DUE 21 JUNE 2007, 2:00pm Eastern Standard Time (EST). Point of Contact: Lt Nathan Franz, 301-981-3514, Contracts Manager; Sheila Miller, 301-981-2301, Contracting Officer. 2. This solicitation has been set aside 100% to small business; all responsible sources may submit a proposal (see Numbered Note 1). 3. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. 4. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and Defense Acquisition Circular 20070531. 5. The North American Industry Classification System (NAICS) code is 561210 and the business size standard is $32,500,000.00. 6. FAR 52.216-1 applies. The Government contemplates award of a firm fixed price service contract from this solicitation. 7. Contract Line Item 0001: Quantity-500 hours, Item description: ensure building and classroom security in accordance with Performance Work Statement. 8. In the event unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and award purposes. 9. STATEMENT OF WORK: 1.1. Scope. The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation and parts, to provide Night Monitor Services for Andrews AFB, MD. This Performance Work Statement also applies to any borrowed classroom(s) in addition to Building 1413 and 1414. 1.2. Services Description 1.2.1. Tasks contractor is responsible for: 1.2.1.1. Unlock and secure all scheduled classrooms on the days of regular instruction at least 15 minutes prior to and 15 minutes after all classes have been completed. On the first day of each term a new course schedule will be made available stating which classrooms shall be used and class times. The number and location of classrooms may change without notice. 1.2.1.2. Move light furniture and equipment within or between the different buildings that are used on base. 1.2.1.3. The contractor shall carry a cell phone and be on call during evening and weekend classes. Instructors may be given the cell number and Night Monitor shall respond to any call immediately. 1.2.1.4. Deliver all faculty mail as requested. 1.2.1.5. Follow Force Protection procedures when in effect to include posting the appropriate Force Protection sign and checking identification. The Night Monitor shall allow only authorized personnel in the building: students, institutional faculty and staff, and Education and Training Flight personnel. 1.2.1.6. Ensure instructors use assigned classroom unless authorized a classroom change by the Education and Training Flight. 1.2.1.7. Make periodic checks of hallways and entrances to ensure only authorized personnel are in the building. 1.2.1.8. Conduct a final security check to ensure all classrooms and lavatories are vacant, classrooms locked, and all windows and exterior doors are locked. 1.2.1.9. Maintain a log book to record discrepancies in classroom conditions, special requests, and unusual occurrences. The log book shall be kept in the Prince George?s Community College office and made available to the Education and Training Flight Chief or designee. 1.2.1.10. Check the condition of each room to include seating arrangements, lights, window, writing boards, cleanliness and report violations of policy to the Education and Training Flight personnel. 1.2.1.11. Note the presence of high-cost or pilferable items and the general cleanliness of each room. 1.2.1.12. Erase dry erase boards daily. Remind instructors to erase marker boards prior to leaving classroom. 1.2.1.13. Clean all marker boards by Thursday of even numbered weeks of each term with government provided solution and erasers. 1.2.1.14. Ensure all classroom desks are lined neatly in rows, daily after class. Advise instructors of Education and Training Flight policy to leave the classroom in its proper original configuration. Keep record of instructor notifications and notify Education and Training Flight upon third violation. 1.2.1.15. Remove all miscellaneous items and debris from classroom floors, furniture, and exterior of building and deposit in the nearest trash receptacle. Any article of value found in the classrooms shall be turned in to the Education and Training Flight customer service desk. 1.2.1.16. Empty trash cans in all borrowed classrooms for the term each evening that class meets. 1.2.1.17. Replace burned out light bulbs as required. Notify building manager of any necessary maintenance and repairs. 1.2.1.18. Become familiar with operation and use of interactive white boards in order to assist instructors as necessary. Ensure all pens and remote controls are maintained in each classroom. Ensure instructors are aware that these boards can not be written on with marker pens and that instructions are provided in each classroom. 1.2.2. EQUIPMENT, SUPPLIES, FILES 1.2.2.1. The Night Monitor is responsible for the protection and security of all supplies and equipment items within the Education and Training Flight complex when on duty. 1.2.2.2. Audio-visual equipment items checked out shall be returned the same evening. If not returned, the Night Monitor shall retrieve and secure the items. 1.2.2.3. The Night Monitor shall keep equipment items and all storage areas neat, orderly, and clean. The Government will furnish cleaning equipment and supplies. 1.2.2.4. Examples of supplies available for check are: markers for marker boards, television with VCR, LCD projector with computer on AV cart, overhead projector. 1.2.2.5. The Night Monitor shall be available in the classroom facility to sign out audiovisual equipment and teaching aids to instructors per established procedures. Ensure equipment is returned at appropriate time and equipment room is secured at all times. 1.2.2.6. All Education and Training Flight classrooms and all borrowed classrooms fall within the performance of this contract. 1.2.2.7. Label and report all facility and equipment items needing repair. 1.2.3. Contractor Requirements 1.2.3.1. Report to the appropriate Education and Training Flight staff the week prior to the beginning of each scheduled term to determine which classrooms are to be used during a scheduled term. 1.2.3.2. Remain physically present in the designated facility during all scheduled periods of duty. 1.2.3.3. Assume responsibility for the repair or replacement of equipment or Government property damaged or lost due to incumbent?s negligence. 1.2.3.4. Pick up and sign out all needed keys. Assume responsibility for all keys issued and pay for the replacement of any keys that are lost. Any key or equipment loss shall be reported to the Education and Training Flight immediately. 1.2.3.5. If unable to be on call or to report for duty, notifiy the Education and Training Flight in advance and provide a substitute security monitor. The Night Monitor selects and trains the substitute upon contract acceptance. The substitute monitor shall report to the Andrews Education and Training Flight for orientation prior to the start of the first period of duty. However, at no time shall more than one-fourth of each scheduled term be performed by an approved substitute. 1.2.3.6. Shall be able to communicate in English. Contractor employees shall present a neat and professional appearance. 1.3. General Information. 1.3.1. Hours of Operation. 1.3.1.1. The performance of duties outlined below constitutes one unit and established on an on-call basis and typically called for Monday through Friday evenings and Saturday mornings. The contractor may be called on Saturday evenings, Sundays, or holidays. 1.3.1.2. A unit may also be scheduled for a make-up class-meeting period, day or evening hours. 1.3.1.3. Class periods shall be two periods from 1630-2230, plus 15 minutes before and after class meeting periods or as required by individual instructors. 1.3.1.4. Performance of duties on Saturdays or Sundays shall be if the classes meet in the morning or afternoon; two classes if they meet all day. 1.3.2. Base passes. Contract employees shall not enter any restricted areas. No security clearance is required, but the contractor shall provide, on company letterhead, the names of each employee with the following information. This information shall be provided to the DD Form 577 holder for the 316th Mission Support Squadron for approval and completion of a Long Term Contractor Access Pass. Once approved, the list of names shall be given to the Contracting Officer to put in the contract. The contractor shall be responsible for the return of passes issued to employees who separate from the contract before the expiration date of each contract period including any extensions to the contract. Lost or stolen passes shall be reported immediately to the contracting officer and the DD Form 577 holder with a written follow up within 72 hours. Social security number Date of birth Vehicle tag number and insurance information Home address 1.3.3. PERIOD OF PERFORMANCE: Contract date is 27 June 07 through 30 Sep 07. 1.3.4. QUALIFICATIONS. 1.3.4.1. Must submit a resume with three references, two of which shall be local for technical review before contract is awarded. 1.3.4.2. Must have basic computer knowledge to include troubleshooting and knowledge of hardware. 1.3.4.3. Shall have reliable transportation and live within a reasonable distance of Andrews AFB. 1.3.4.4. Must be able to lift up to 40 lbs. and set up audio visual equipment including overhead projectors, slide projectors and VCR?s. 1.3.5. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE COMMANDER. In the event the contractor is unable to perform his daily operations due to a peacetime emergency and or wartime contingency disturbance etc., neither the Government nor the contractor shall take action for noncompliance with contract requirements. 1.3.6. GOVERNMENT REMEDIES. The Contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions- Commercial Items (Feb 2007), for contractor?s failure to perform satisfactory service or failure to correct non-conforming services. Chapter 2 SERVICES SUMMARY Performance Objectives PWS Reference Performance Thresholds Unlock and all classrooms at appropriate times 1.2.1.1 On time and accurate room availability 98% of the time. Set up and maintain classroom furniture arrangement and cleanliness 1.2.1.10 Furniture reset to original position and rooms and boards left clean 98% of the time Inventory 1.2.2.3 No lost inventory Security ? Buildings secured each night 1.2.1.8. No unsecured areas in any building used for classes Appendix 3.1. PAYMENT PROCESS 3.1.1. Payment will be made only for the sessions called for and performed on a bi-weekly basis. The contractor will submit an invoice to the Chief, Education and Training Flight, or designee no later than the 15th and the last workday of the month for certification of sessions performed. 3.1.2. The performance of duties outlined below constitutes one unit and are established on an on-call basis and typically called for Monday through Friday evenings and Saturday mornings. Calls may be required on Saturday evenings, Sundays, or holidays. 3.1.3. A unit may also be scheduled for a make-up class-meeting period, day or evening hours. 3.1.4. A unit will be two class periods from 1630-2230, plus 15 minutes before and after class meeting periods or as required by individual instructors. 3.1.5. Performance of duties on Saturdays or Sundays will be one unit if the classes meet in the morning or afternoon; two units if classes meet all day. 10. Period of Performance: CLIN 0001: 27 June 2007 through 30 September 2007. Acceptance shall be made at destination. 11. Provisions with addendum. (A) The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies. Addendum to Paragraph (b)(10) Delete entire paragraph. Substitute Past Performance will not be evaluated. Paragraph (d), Product Sample delete entire paragraph. Paragraph (e), Multiple offers delete entire paragraph. Substitute Offerors shall submit one offer satisfying the requirements of this solicitation. Paragraph (h), Multiple Offers delete entire paragraph. Substitute Single Award. The Government plans to award to a single contract resulting from this solicitation. (B) The provision at FAR 52.212-2, Evaluation Commercial Item applies. Addendum paragraph (a), The Government intends to make a single award to the responsible contractor whose proposal is in conformance with the statement of work, in full compliance to all other requirements set forth in the solicitation, who offers the lowest price and most advantageous service. The Government reserves the right to judge which proposals show the required capability and the right to eliminate from further consideration those proposals which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. (C) The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders ? Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: FAR 52.219-6, Notice of Total Small business Set-Aside; FAR 52.222-3, Convict labor; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (D) The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is 301-981-1910. (E) The provision at DFARS 252.212-7001 applies. Addendum to Paragraph (a). The following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments. 12. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from the POC stated herein): FAR 52.212-3, Offeror Representations and Certifications Commercials Items; DFARS 252.212-7000, Offeror Representations and Certifications Commercials Items; DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate. 13. In addition to the above, the following FAR clauses and provisions apply: FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside. 14. The following DFARS clauses and provisions apply: 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting. All prospective offerors must have a current registration in the Central Contractor Registration (CCR) to be considered for award. The Internet address for CCR is www.ccr.gov. This notice does not obligate the Government to award a contract, it does not restrict the Government?s ultimate approach not does it obligate the Government to pay for quotation preparation cost. 15. Contact Lt Nathan Franz at 301-981-3514 or e-mail nathaniel.franz@andrews.af.mil to obtain a solicitation handout. Proposals must be received no later than 2:00pm EST, 21 June 2007. Proposals should be mailed to: 316th CONS/LGCBA, ATTN: Lt Nathan Franz, 1535 Command Drive, E-210, Andrews AFB, MD 20762. Facsimile proposals will be accepted at 201-981-1910.
 
Place of Performance
Address: Andrews AFB, Maryland
Zip Code: 20732
Country: UNITED STATES
 
Record
SN01311620-W 20070608/070607035019 (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.