Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2008 FBO #2478
SOLICITATION NOTICE

U -- Military Exercise Leader Course

Notice Date
9/6/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F3PF1D8211A005
 
Response Due
9/10/2008
 
Archive Date
9/25/2008
 
Point of Contact
Kerry E Kelly, Phone: 210-652-5117, Linda M Johnson,, Phone: 210-652-5117
 
E-Mail Address
kerry.kelly@randolph.af.mil, linda.johnson1@randolph.af.mil
 
Small Business Set-Aside
N/A
 
Description
The 12th Contracting Squadron, Randolph AFB, TX has a requirement to purchase items as described in the Performace Work Statement. This is a streamlined 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 notice constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (F3PT678203AG01). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-26. The NAICS Code is 611699; size standard $6.5M. NATURE OF ACQUISITION: Headquarters Air Force Services Agency has a requirement for Military Exercise Leader Course. CONTRACT TERMS AND CONDITIONS: The following provisions apply: 52.252-1 -- Solicitation Provisions Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-2 – Evaluation – Commercial Items (i) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (a) technical capability (b) price (c) past performance. (ii) Technical and past performance, when combined, are equal (iii) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (iii) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3Offeror Representations and Certifications—Commercial Items. Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. The following clauses apply: 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Feb 2007). 52.212-4 -- Contract Terms and Conditions -- Commercial Items Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be only made by written agreement of the parties, with the exception of: (1) Administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Paragraph (n) of this clause is tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title of commercially-available-off-the-shelf (COTS) software is exempt from this paragraph. The terms and conditions of the software licensing agreement shall prevail in lieu thereof. FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2008) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.(b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause.(i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246).(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212).(iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.) (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2). While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.252-2 – CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these adress(es): http://farsite.hill.af.mil (End of clause) 52.203-3 -- Gratuities 52.203-6 – Restriction on Subcontractor Sales to the Government 52.203-6 Alt I – Restriction on Subcontractor Sales to the Government—Alternate I 52.212-1 – Instructions to Offerors – Commercial Items 52.219-28 – Post-Award Small Business Program Rerepresentation. 52.222-3 -- Convict Labor. 52.222-19 -- Child Labor—Cooperation with Authorities and Remedies. 52.222-21 -- Prohibition of Segregated Facilities. 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.225-13 – Restrictions on Certain foreign Purchases 52.232-18 – Availability of Funds 52.232-34 -- Payment by Electronic Funds Transfer--Other Than Central Contractor Registration. 52.233-3 -- Protest After Award 52.233-4 – Applicable Law for Breach of Contract Claim 252.225-7001 Buy American Act and Balance of Payments Program. 252.225-7002 Qualifying Country Sources as Subcontractors. 252.225-7031 -- Secondary Arab Boycott of Israel 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 -- Levies on Contract Payments. 252.243-7001 -- Pricing on Contract Modifications 252.247-7023 -- Transportation of Supplies by Sea 252.247-7023 Transportation of Supplies by Sea Alternate III 52.252-6 -- Authorized Deviations in Clauses (Apr 1984) The use in this solicitation or contract of any FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Jun 2008) deviation (48 CFR 2001-O0002/2004-o0002) clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation. (End of Clause) 252.212-7000 – OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS -- (a) Definitions. As used in this clause - (1) Foreign person means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) United States person is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it - (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it - ___Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea Clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. If the Offeror represents that it will not use Ocean transportation, the resulting contract will also include Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. 5352.201-9101 -- OMBUDSMAN -- (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the AETC ombudsmen, Chief, Business Operations Branch, HQ AETC/A7KB, 2035 First Street West, Randolph AFB TX 78150-4304, 210-652-5815; facsimile 210-652-8348. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. INVOICING INSTRUCTIONS AND PAYMENTS FOR SUPPLIES/SERVICES Invoices for supplies/services rendered under the contract resulting from this solicitation shall be submitted electronically through Wide Area Work Flow – Receipt and Acceptance (WAWF). The vendor shall self-register at the web site https://wawf.eb.mil. Once registration has been completed, the vendor must notify the appropriate buyer of contracting officer that they are ready to start using WAWF. Vendor training is available on the Internet at http://wawftraining.com. For more information call 1-866-618-5988. Select the Create Invoice and Receiving Report COMBO within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report COMBO option prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. YOU ARE NOT AUTHORIZED TO USE THE 2N1 OPTION. THE USE OF 2N1 OPTION WILL DELAY PAYMENT. If customer requests copy of invoice, this can be accomplished via E-Mail direct to the customer or by attachment to COMBO. Back-up documentation (such as delivery receipts, etc.) can be included and attached to the COMBO option invoice in WAWF. Any Microsoft Office product may be attached. Additional Information regarding completion of invoices in WAWF will be provided upon contract award. Note: the following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d). 1. Software applications and operating systems 2.Web-based Internet and Internet information and applications 3.Telecommunications products 4.Video and multimedia products 5.Self contained, closed products 6.Desktop and portable computers Further information and guidance can be found at http://www.section508.gov Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. Electronically transmitted orders are complete for payment purposes only. Additional or supplemental instructions provided to the contractor under separate cover are non-payment affecting items and are applicable to this order with the same force and effect as all other terms and conditions of the order. The items sold to the Government should be properly marked with manufacturer’s name and part number. DOD Policy on Elimination of Use of Class I Ozone-Depleting Substances. No DOD contract awarded on or after June 1, 1993 may include a specification or standard requiring the use of an ozone depleting chemical. The supply or service being procured by this contract has been certified as a non ODC item. If to your knowledge the product or service contains or will require the use of ozone depleting chemicals in the performance of this contract, you are required to notify the Contracting Officer immediately. 1.0. Description of Services / General Information 1.1. Background. The purpose of this performance work statement is to procure development and facilitation training services to support Air Education and Training Command Services Division AETC/SV personnel. The new Military Exercise Leaders (MEL) course was created by the Cooper Institute and Air Force Services to help fitness staff personnel better prepare themselves to teach group leadership and exercise principles. This will help develop attentive and effective unit physical training programs incorporating all fitness levels and environments. 1.2. Objective. Facilitate training services to provide AETC/SV personnel the knowledge and skills necessary to organize and lead group in attaining a minimum level of competency in group exercise leadership, anatomy, exercise choreography, counting, cueing and sequencing drills, group exercise prototype, safety programming, resistance training, flexibility, circuit training, body mechanics, equipment and apparatus and nutrition. Contractor shall develop the curriculum, class materials to facilitate the training that addresses the identified objectives for each type of course required. Contractor shall develop and conduct a 34 hour training course that teaches fitness personnel to implement an efficient timed exercise system that will reduce exercise-related injuries, improve mechanics, increase adherence and save large amounts of exercise time. Specific tasks associated with providing training for AETC/SV personnel is indicated in the following paragraphs. 1.2.1 Day One - Course shall address the following: -Group exercise leadership -Anatomy -Counting, cueing, cueing drills -Exercise choreography, sequencing and group exercise prototype -Preparation for practical exam (exercise sessions and running drills) 1.2.2 Day Two - Course shall address the following: -Exercise Guidelines -Safety -Flexibility Training/Warm Up and Cool Down Mechanics -Fundamentals of Circuit Training -Preparation for practical exam (exercise sessions and running drills) 1.2.3 Day Three - Course shall address the following: -Special Populations -Body Mechanics -Exercise Equipment and Apparatuses -Nutrition -Exercise Enhancements 1.2.4 Day Four – Course shall address the following: -Practical Exams (exercise sessions and running drills) -Written Exams 1.2.5. Contractor shall develop a student feedback survey that measures student satisfaction with the course. Contractor shall provide all students the opportunity to complete a feedback survey. Completed surveys shall be provided t the AF point of contact at each installation upon completion of each class.  2.0 Service Summary Performance ObjectivesPWS ParagraphPerformance Threshold 1. Contractor shall provide course that teaches military exercise leaders (MELs) to implement an efficient timed exercise system that will reduce exercise-related injuries, improve mechanics, increase adherence, and save large amounts of exercise time1.2 4 day course agenda completed 3.0 Performance Requirements. The contractor shall provide scheduling and administrative services to include scheduling, confirmation, and follow-up of students. A web-based tool is the preferred tool for this requirement. Access for scheduling is required down to student level. The local fitness center official will provide liaison services limited to assisting the contractor in obtaining facilities and providing advice for scheduling participants at designated locations. 3.1 Place of Performance/Duty Hours. The primary training and delivery location will be at training facilities at each of nine (9) AETC installations. Each base will provide a facility with adequate seating for up to 30 personnel. Contractor shall be responsible for providing all equipment and supplies necessary to conduct training in accordance with this PWS. Contractor may contact each base’s fitness center official to determine the availability of any government furnished equipment such as television, computer, DVD/VHS players, LCD projectors, exercise equipment and any additional equipment required for contractor use in providing this training. The contractor shall be available for training purposes during normal operating hours pertaining to each location 4.0 Travel 4.1 The contractor shall be required to travel for this requirement. The contractor shall coordinate and submit a request for travel to the QAP to receive approval 10 days prior to travel. The Government will approve all estimated travel in advance and will reimburse IAW Federal Acquisition Regulation Part 31. Contractor must provide receipt for reimbursement costs incurred. 5.0 Quality Control 5.1 The Contractor shall provide and maintain a Quality Control Plan (QCP), which will ensure the requirements of the contract are provided as specified. One copy of the QCP shall be provided to the CO as part of the technical proposal. The contractor shall be responsible for overall responsiveness, cost control, adherence to schedules, responsible and cooperative behavior, technical quality of work, management of contractor team’s efforts including level of understanding of HQ AETC/SV mission, and commitment to customer satisfaction. Plan can be in electronic format. 6.0 Designated Training Locations: Altus AFB, OK, Columbus AFB, MS, Goodfellow AFB, TX, Lackland AFB, TX, Laughlin AFB, TX, Luke AFB, AZ, Randolph AFB, TX, Sheppard AFB, TX, and Tyndall AFB, FL. 7.0SECURITY 7.1. Obtaining and Retrieving Identification Media. As prescribed by the AFFAR 5352.242-9000, Contractor access to Air Force installations, the contractor shall comply with the following requirements: a. The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. b. The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of contractor employees needing access to the base. The letter will also specify the contractor individual(s) authorized to sign requests for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security forces for processing. When reporting to the registration office, contractor employees shall provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate, to obtain a vehicle pass. c. During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. d. Upon completion or termination of the contract or expiration of the identification passes, the contractor shall ensure that all base identification passes issued to contractor employees are returned to the issuing office. e. Failure to comply with these requirements may result in withholding of final payment. 7.2. Pass and Identification Items. The service shall ensure the following pass and identification items required for contract performance are obtained for employees and non-government owned vehicles: a. AETC Form 58, Civilian Identification Card (AETCI 36-3001). b. AF Form 75, Visitor/Vehicle Pass (AFI 31-204). c. DoD Common Access Card (CAC), (AFI 36-3026). 7.3. Suitability Investigations. Contractor personnel shall successfully complete, as a minimum, a National Agency Check with Inquiries (NACI), before operating government furnished workstations that have access to Air Force e-mail systems. Also, Contractor personnel who require routine access to the installation in excess of six months will require a NACI. These investigations shall be submitted by the government at no additional cost to the contractor. The contractor shall comply with the DoD 5200.2-R, Personnel Security Program, and AFI 33-119, Electronic Mail (E-Mail) Management and Use, requirements. 7.3.4. Unescorted Entry to Restricted Areas. When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, DoD 5200.2-R, and AFI 31-501, Personnel Security Program Management, as applicable. Contractor personnel shall be the subject of a favorably completed NACI investigation to qualify for unescorted entry to a restricted area. In addition, the Air Force shall submit NACI investigations for contractor employees at no additional cost to the contractor. 7.3.5. Listing of Employees. The contractor shall maintain a current listing of employees. The list shall include employee's name, social security number, and date of investigation if service work involves unescorted entry to Air Force restricted or other sensitive areas designated by the installation commander. The list shall be validated and signed by the company Facility Security Officer (FSO) and provided to the contracting officer prior to the contract start date. Updated listings shall be provided when an employee's status or information changes. 7.3.6. Freedom Of Information Act Program (FOIA). The contractor shall comply with DoD Regulation 5400.7-R/Air Force Supplement, DoD Freedom of Information Act Program, requirements. The regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding For Official Use Only (FOUO) material. The contractor shall comply with AFI 33-332, Air Force Privacy Act Program, when collecting and maintaining information protected by the Privacy Act of 1974 authorized by Title 10, United States Code, Section 8013. The contractor shall remove or destroy official records only in accordance with AFMAN 37-139, Disposition of Records—Standards, or other directives authorized in AFI 37-138, Records Disposition—Procedures and Responsibilities. 7.3.7. Reporting Requirements. The contractor shall comply with AFI 71-101, Volume- 1, Criminal Investigations, and Volume-2, Protective Service Matters, requirements. Contractor personnel shall report to an appropriate authority, any information or circumstances of which they are aware may pose a threat to the security of DoD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment and as required thereafter. 7.3.8. Personnel Security. Contractor personnel requiring unescorted entry to controlled or restricted areas designated by the installation commander, shall comply with base access requirements. These requirements are contained in AFI 31-101, for installation access and AFI 31-501, for suitability determinations. 7.3.9. Additional Security Requirements. In accordance with DoD 5200.1-R and AFI 31-401, the contractor shall comply with AFI 33-202, Computer Security; AFI 33-203, Emission Security (EMSEC) Program; AFI 33-204, Information Assurance (IA) Awareness Program; applicable AFKAGs, AFIs, and AFSSIs for Communication Security (COMSEC); and AFI 10-704, Operations Security (OPSEC) Instructions. The contractor will comply with DOD Standard 22 – Level 1 AT Awareness training and associated tasking IAW AFT 10-245, Antiterrorism Program standards 7.3.10. Physical Security. Areas controlled by contractor employees shall comply with base Operations Plans/instructions for FPCON procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. The contractor shall safeguard all government property, including controlled forms, provided for contractor use. At the close of each work period, government training equipment, ground aerospace vehicles, facilities, support equipment, and other valuable materials shall be secured. 7.3.11. Entry Procedures to Controlled/Restricted Areas. The contractor shall comply and implement local base procedures for entry to Air Force controlled and restricted areas. 7.3.12. Key Control. The contractor shall establish and implement key control procedures in the Quality Control Plan to ensure keys issued to the contractor by the government are properly safeguarded and not used by unauthorized personnel. The contractor shall not duplicate keys issued by the government. 7.3.13. Lost Keys. Lost keys shall be reported immediately to the contracting officer. The government replaces lost keys or performs re-keying. The total cost of lost keys, re-keying or lock replacement shall be deducted from the monthly payment due the contractor. 7.3.14. Government Authorization. The contractor shall ensure its employees do not allow government issued keys to be used by personnel other than current authorized contractor employees. Contractor employees shall not use keys to open work areas for personnel other than contractor employees engaged in performance of their duties, unless authorized by the government functional area chief. 7.3.15. Lock Combinations. The contractor shall establish procedures in local OIs ensuring lock combinations are not revealed to unauthorized persons and ensure the procedures are implemented. 7.3.16. Traffic Laws. The contractor and their employees shall comply with base traffic regulations. 7.3.17: Healthcare. Healthcare provided at the local military treatment facility on an emergency reimbursable basis only. PERFORMANCE PLAN (PP) 1. OBJECTIVE. This effort includes tasks and activities to be performed by the contractor to support HQ AETC Services. The contractor shall provide support and assistance in area required to meet stated objectives and to accomplish the required taskings. 2. GOALS OF THE MULTI-FUNCTIONAL TEAM (MFT)This is a customer-focused team instituted under the authority of Senior Leadership. The purpose of the multi-functional team is to create an environment that shapes and executes an acquisition. The emphasis is on teamwork, trust, common sense and agility. The goal is to obtain efficiencies, improved performance, and cost savings throughout the acquisition life cycle. 3. MULTI-FUNCTIONAL TEAM MEMBERS AND THEIR RESPONSIBILITIES. The MFT is composed of stakeholders in the acquisition. These stakeholders are responsible for the acquisition throughout the life of the requirement. For a list of the stakeholders for this acquisition, see the attached signature page. See AFI 63-124, 01 Aug 2005, paragraphs 2.8.1 through 2.8.15 for the MFT duties and responsibilities. 4. PERFORMANCE ASSESSMENT. The following Service Summary outlines the defined performance objectives for this acquisition with the corresponding goal performance thresholds: 4.1 SERVICE SUMMARY (SS) Performance ObjectivesPWS ParagraphPerformance ThresholdMethod of Surveillance 1. Contractor shall provide course that teaches military exercise leaders (MELs) to implement an efficient timed exercise system that will reduce exercise-related injuries, improve mechanics, increase adherence, and save large amounts of exercise time. 1.2. 4 day course agenda completed Attendance sign-in provided 4.2 CERTIFICATIONS OF SERVICES. At the end of each contract payment period as defined in the resulting award of this acquisition, the Quality Assurance Personnel (QAP) shall certify the services were received in accordance with the contract payment terms and conditions. 4.3 UNACCEPTABLE SERVICES. The QAP shall determine the cause of contractor unacceptable services. 4.3.1 If any government action, or lack of action, caused or contributed to the unacceptable performance, the performance will not be counted against the contractor. The QAP will take steps to ensure the government does not interfere with the contractor’s performance in the future. 4.3.2 If contractor caused, the QAP shall document the occurrence in accordance with the methods of surveillance outlined in this Performance Plan. IAW the terms of the contract, the government reserves the right to inspect any services that have been tendered for acceptance. The Government may require re-performance of nonconforming services at no increase in contract price. If re-performance will not correct the defects or is not possible, the government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. Disputes between the QAP and the contractor on the validity of a performance assessment shall be referred to the Contracting Officer. 5. PERFORMANCE MANAGEMENT. The following outlines the approach, methods and tools to be used by the MFT to manage this acquisition upon award. 5.1 QAP (s) shall evaluate and document contractor’s performance at the conclusion of each workshop. Upon successful completion of the course and exam, each student will earn MEL certification. 5.2 The results of surveillances shall be maintained as Past Performance information and utilized to prepare and support annual Contractor Performance Assessment Report System (CPARS) reporting, if required. Information will also be used to complete reporting requirements in accordance with Management and Oversight of the Acquisition of Services Process (MOASP). As a reminder, all QAP documentation maintained over the life of the contract will be turned over to the Contracting Officer at the end of the performance to be made a part of the official contract file. 5.3 The contractor shall maintain and implement a Quality Control Plan to ensure the contract services conform to the requirements of the PWS. The QCP shall be submitted with the contractor’s proposal for evaluation and acceptance. 5.4 The MFT shall continue to meet after award as necessary to ensure high levels of contractor performance, foster a synergistic partnership, and support mission requirements. DESCRIPTION OF SUPPLIES Basic Performance Period: 01 Oct 08 through 30 Sep 09 0001Military Exercise Leader Course9EA$__________ 0002Travel9EA$22,500 NTE Responses to this notice shall be provided in writing via e-mail to: Ms Kerry Kelly, at kerry.kelly@randolph.af.mil and copied to Ms Linda M Johnson at linda.johnson1@randolph.af.mil. All responses shall be received NLT 12:00 PM CST on 10 Sep 08. Email is the preferred method. Point of Contact: Ms Kerry Kelly, Contract Specialist, Phone 210-652-5187, Fax 210-652-2759; Ms Linda M Johnson, Contracting Officer, Phone 210-652-5111, Fax 210-652-2759. Past Performance. The Government will evaluate the quality and extent of the contractor’s performance deemed relevant to the requirements of this RFQ. The Government will use information submitted by the contractors and other sources such as other Federal Government offices and commercial sources, to access performance. Provide a list of not less than one (1) and not more than three (3) of the most relevant contracts performed for Federal or commercial agencies within the last three (3) years and have the client provide a completed questionnaire (Refrence Atc 3) for each contract. Relevant contracts include any military exercise leadership courses. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform maor or critical aspects of the requirement when such information is relevant to the instant acquisition. Questionnaires shall be submitted to the 12th Contracting Squadron no later than the RFQ closing date and time. A neutral rating shall be used if the offeror certifies that no relevant past performance information exists. (i)Company/Division name (ii)Product/Service (iii)Contracting Agency/Customer (iv)Contract number (v)Contract Dollar Value (vi)Period of Performance (vii)Verified, up-to-date name, address, Fax and telephone number of the contracting Officer (viii)Comments regarding compliance with contract terms and conditions (ix)Comments regarding compliance with any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions.   INSTRUCTIONS FOR THE PAST PERFORMANCE QUESTIONNAIRE FOR OFFICIAL USE ONLY CONTRACTOR INFORMATION A. Contractor Name: B. Contractor's Address: C. Point of Contact: CONTRACT INFORMATION: IN ORDER TO DETERMINE RELEVANCY, AND RECENCY THE FOLLOWING DATA IS REQUIRED. FAILURE TO PROVIDE THIS INFORMANTION MAY RENDER THE PROPOSAL UNRESPONSIVE. A. CONTRACT NUMBER: B. CONTRACT TYPE: C. WAS THE CONTRACT REFERENCED ABOVE GOVERNMENT OR COMMERICIAL? D. AWARD DATE: E. PERIOD OF PERFORMANCE: F.TOTAL CONTRACT DOLLAR AMOUNT INCLUDING OPTIONS, IF APPLICABLE: G.SCOPE: INCLUDE A BRIEF DESCRIPTION OF THE SERVICES PERFORMED TO INCLUDE THE SKILLS AND TECHNICAL QUALIFICATIONS UTILIZED TO DETERMINE SIMILARITY OF SCOPE.   PAST PERFORMANCE QUESTIONNAIRE FOR OFFICIAL USE ONLY 1. Please complete this questionnaire based on the following guidance: a. For each question please circle one rating as defined below. Circle "N/A" if you are unable to provide a rating for an area. Assessments should reflect only contractor liable performance. The following is a definition of the scoring levels: RatingDefinition Exceptional (E)High ConfidenceBased on the offeror’s performance record, essentially no doubt exists that the offeror will successfully perform the required effort. Very Good (VG)Significant ConfidenceBased on the offeror’s performance record, little doubt exists that the offeror will successfully perform the required effort. Satisfactory (S)Confidence Based on the offeror’s performance record, some doubt exists that the offeror will successfully perform the required effort. Neutral (N)Unknown Confidence No performance record identifiable (see FAR 15.305(a)(2)(iii) and (iv)). Marginal (M)Little ConfidenceBased on the offeror’s performance record, substantial doubt exists that the offeror will successfully perform the required effort. Changes to the offeror’s existing processes may be necessary in order to achieve contract requirements. Unsatisfactory (U)No ConfidenceBased on the offeror’s performance record, extreme doubt exists that the offeror will successfully perform the required effort. b. Handwritten remarks are encouraged. Space is provided at the end of the survey. If more space is needed, please provide information of a separate sheet of paper. c. You are urged to supplement your own knowledge of the contractor's performance with the judgment of others in your organization. In addition to completing the attached questionnaire for the identified program, we solicit your comments on other contracts/programs that your activity has with this offeror. 2. Please return completed questionnaire to: 12CONS/LGCB Attn: Ms Kerry Kelly 395 B Street West Suite 2 Randolph AFB TX 78150 Fax to: (210) 652-2759 EMAIL IS THE PREFERRED METHOD: kerry.kelly@randolph.af.mil PAST PERFORMANCE QUESTIONNAIRE FOR OFFICIAL USE ONLY QUALITY OF SERVICE 1. Contractor's compliance with contractual terms and conditions. E VG S N M U N/A 2. Quality of contractor furnished reports/deliverables. E VG S N M U N/A 3. Overall rating of contractor's standard of workmanship. E VG S N M U N/A 4. Contractors ability to meet standards specified for performance. E VG S N M U N/A 5. Overall rating of contractor's quality of service. E VG S N M U N/A TIMELINESS OF PERFORMANCE 1.Contractor's ability to meet specific response times and scheduled E VG S N M U N/A time frames for completion of specific tasks. 2.Contractor's responsiveness/timeliness for providing administrative E VG S N M U N/A reports/documents required by the contract. 3. Contractor's timeliness in responding to emergency service requirements. E VG S N M U N/A 4. Overall rating of contractor's responsiveness/timeliness. E VG S N M U N/A BUSINESS RELATIONS 1.Contractor's ability to identify problems and potential problems and E VG S N M U N/A promptly notify the Contracting Officer. 2.Contractor's ability to correct problems and prevent or mitigate potential E VG S N M U N/A problems in a timely manner. 3.Contractor's willingness to improve and correct noncompliance issues E VG S N M U N/A or concerns. 4. Extent to which the contractor has demonstrated reasonable and cooperative E VG S N M U N/A behavior. 5. Contractor's ability to use effective approaches and provide technical E VG S N M U N/A expertise and resources to solve contract problems. 6. Contractor's working relationship with the Contracting Officer, E VG S N M U N/A quality assurance personnel and customers. 7. Contractor's flexibility in satisfying the requirements of its customers. E VG S N M U N/A 8. Extent to which the contractor provided prompt and courteous E VG S N M U N/A service when responding to customer complaint. 9. Overall rating of customer satisfaction. E VG S N M U NIA 10. Overall rating of business relations. E VG S N M U N/A MANAGEMENT OF KEY PERSONNEL 1.Contractor's ability to select and retain cooperative and effective E VG S N M U N/A key personnel, such as the contract manager and quality control personnel. 2.Extent key personnel were knowledgeable about contractual E VG S N M U N/A requirements. 3.Contractor's ability to meet appropriate staffing levels with qualified E VG S N M U N/A personnel in order to provide required services. 4.Contractor's ability to effectively manage subcontracts. E VG S N M U N/A 5.Overall rating of contractor's management of key personnel. E VG S N M U N/A REMARKS
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9e0380b3607b077a3ba93836db749b47&tab=core&_cview=1)
 
Place of Performance
Address: Randolph AFB, Texas, 78150, United States
Zip Code: 78150
 
Record
SN01662025-W 20080908/080906213830-9e0380b3607b077a3ba93836db749b47 (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.