Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2011 FBO #3492
SOLICITATION NOTICE

U -- RAF Lakenheath | Test Proctor - Combined Synopsis/Solicitation for RAF Lakenheath Test Proctor

Notice Date
6/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F2P3V61103A001
 
Archive Date
7/30/2011
 
Point of Contact
Keaston D. Simmons, Phone: 01638522235
 
E-Mail Address
keaston.simmons@lakenheath.af.mil
(keaston.simmons@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Please submit pricing by means of this document. **Note: Please submit pricing by means of the attached document.** Combined Synopsis/Solicitation RFQ - Test Proctor - Reference (F2P3V61103A001) Requesting Agency: 48 Force Support Squadron - 48 FSS/FSR RAF Lakenheath, Brandon, Suffolk, United Kingdom Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, United Kingdom IP27 9PN This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. This solicitation is subject to FAR 52.232-18, Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Evaluation will be based on the lowest price technically acceptable (LPTA). In order to be considered for award, vendor must adhere to all quotation requirements detailed herein. Submit written quotes in reference to Request for Quote (RFQ) reference number F2P3V61103A001. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 611710, Educational Guidance Consulting Services. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52 effective 31 May 2011 and Defense Federal Acquisition Regulation DPN 20110608 effective 8 June 2011.   Potential bidders are to provide a quote for the services outlined in the Statement of Work (SOW), which is included as an attachment to this solicitation. The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisition Regulation (FAR) Clauses: 52-204-7 Central Contractor Registration 52.212-1 Instructions to Offerors - Commercial Items (see addendum below) 52-212-3 Offeror Representations and Certifications - Commercial Items, Alt 1 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 52.222-50 Combating Trafficking in Persons 52.223-10 Waste Reduction Program 52.232-33 Payment by Electronic Funds Transfer (EFT) - CCR 52.245-1 Alt I Government Property 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions Department of Defense Federal Acquisition Regulations (DFAR): 252.204-7004 Alternate A (Required Central Contractor Registration) 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 252.222-7002 Compliance with Local Labor Laws (Overseas) 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief of Import Duty (United Kingdom) 252.232-7003 Electronic Submission of Payment Requests 252.233-7001 Choice of Law (Overseas) Air Force Federal Acquisition Regulations (AFFAR): 5352.201-9101 Ombudsmen 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items As prescribed in FAR 12.302(d) the following addendum is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Quotation Preparation Instructions: A. To be considered for award, note that you or your company must be CCR registered and subsequently enrolled in WAWF for purpose of invoice/payment if awarded the contract. B. To assure the timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Vendors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors which include a price quote and technical qualifications as follows and defined in paragraph C - Quote Specifics. C. Quote Specifics: All quotes must include the following information: 1. Company's or individual's complete mailing and remittance address. 2. Discount for prompt payment - if any 3. Quotes shall be quoted in United States Dollars ($) and must be valid for a period of no less than 60 days. 4. Prices shall be all inclusive (i.e., all materials, transportation, labor, etc.). 5. Quote shall be provided in US dollars ($) AND include a unit price and total price for the following: CLIN 0001 - Test Proctor, Education Services at RAF Lakenheath in accordance with the attached Statement of Work (SOW) Period of Performance: 01 October 2011 - 30 September 2012 Quantity: 800 hrs Unit Price: tiny_mce_marker____________ Total Price: tiny_mce_marker____________ CLIN 1001 - Test Proctor, Education Services at RAF Lakenheath in accordance with the attached Statement of Work (SOW) Period of Performance: 01 October 2012 - 30 September 2013 Quantity: 800 hrs Unit Price: tiny_mce_marker____________ Total Price: tiny_mce_marker____________ 6. Copy of Offeror Representations and Certifications; please see FAR 52.212-3 ALT I, for additional direction. 7. Technical Qualification: A baccalaureate degree from an accredited American college or university is required. Excellent customer service skills and verbal communication skills are essential. Resumes and transcripts shall be submitted with proposal packages to the base contracting office. The contractor shall have a minimum of one year remaining at the current duty station. 8. All payments made under this contract will be made in United States Dollars ($). D. Quotes are due to this office no later than 3:00p.m. Greenwich Mean Time, 15 July 2011. Quotes may be faxed to 01638-52-2189 or if dialing from outside United Kingdom 011-44-1638-52-2189, or sent via e-mail to SSgt Keaston D. Simmons, keaston.simmons@lakenheath.af.mil; or the Contracting Officer, Steven Quillin, steven.quillin@lakenheath.af.mil. E. Vendors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. (End Addendum) FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) Award Basis: The Government's evaluation of quotation will fully account for the evaluation factors identified and required under the Addendum to FAR 52.212-1. The evaluation of these factors will utilize the lowest price technically acceptable (LPTA) award basis. Quotes that do not meet the quote specifics, will be deemed technically unacceptable, and therefore not considered for award. The Government intends to evaluate quotations and award a contract without exchanges or communications and therefore, quotations should contain the vendor's best terms. (b) Evaluation: Evaluation factors required under 52.212-1 will be evaluated by the Government as follows; i. Price: To evaluate price reasonableness, a comparison will be made amongst all received quotations and the Government's estimate. ii. Technical Qualification: A vendor's quotation will be considered technically acceptable if it meets the requirements detailed in paragraph C7 of the Addendum to FAR 52.121-1 above. Quotations that do not meet these requirements will be considered unacceptable and therefore, under the LPTA evaluation process, will not be considered for award. (c) AWARD DETERMINATION: As a result of the Government's aforementioned evaluation, only those vendors whose quotes are determined to be technically qualified, and therefore technically acceptable, will be considered for award. No trade-offs will be permitted between price, and the non-price factor of technical capability. Of those vendors found technically acceptable, an award determination will be made to the lowest priced vendor that is determined to be reasonable, realistic, and affordable. (End Provision) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. If you have any questions or concerns, please contact one of the following: Primary point of contact: Contract Specialist: Keaston D. Simmons TEL: 01638-52-2235 or EM: keaston.simmons@lakenheath.af.mil Secondary Point of contact: Contracting Officer: Steven Quillin TEL: 01638-52-2393 or EM: steven.quillin@lakenheath.af.mil Attachment(s): Statement of Work   ATTACHMENT 1 | STATEMENT OF WORK Non-Personal Services Contract for Education Services Test Administrator (RAF Lakenheath) 1. DESCRIPTION OF SERVICES: Non-personal services in support of U.S. Air Force voluntary off-duty education program to include the Defense Activity for Non-Traditional Education Support (DANTES), Air Force Professional Military Education (PME) testing program, academic institution distance learning testing, Air Force Institute for Advanced Distributed Learning testing programs, Defense Language Proficiency Testing (DLPT), Federal Aviation Administration and PEARSON Vue Technical Testing. 2. WORK HOURS/DAYS: The government shall determine the number of hours required to be worked each week and shall notify the contractor with the intended schedule no later than seven working days prior to the designated shift, which is normally between 0730 and 1630. The contractor shall notify the government within two working days of acceptance or request a modification to the proposed schedule. Any changes to the agreed upon schedule thereafter shall be jointly agreed upon by the government and the contractor. It is estimated that 16-24 hours will be required per week. Each scheduled shift will include testing and applicable administrative time. Contractor will not work on federal holidays, when the office is closed or outside normal office hours. Contractor shall arrive at least 30 minutes prior to start of test session to prepare testing room, testing computers and hardcopy testing materials to insure sessions begin promptly. Contractor shall provide constant visual supervision throughout the entire testing session. 3. GUIDELINES: All tasks shall be accomplished in accordance with Air Force Instruction (AFI) 36-2306 and all other pertinent Air Force, DANTES and local command policies. Contractor must read AFI-36-2306, Education Services Program, DANTES Examination Program Handbook, AFIADL Catalog and DLPT5 Test Guide, during the first week of employment and prior to the administration of any testing sessions. The resources listed above will be made available by the Test Control Officer (TCO) either in hard copy or online. 4. BASE NETOWRK ACCESS: Access to military base network and e-mail accounts may be necessary in the performance of duties. If required, the government shall initiate the necessary security clearance paperwork and assume the cost of the background clearance check. 5. SECURITY REQUIREMENTS a. Reporting Requirements. Contractor personnel shall report to the Education Services Officer (ESO) or designee any information or circumstances of which they are aware may pose a threat to the security of DED personnel, contractor personnel or resources. b. Physical Security. The contractor shall be responsible for safeguarding all government property and controlled forms provided for contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured. c. Key Control. The contractor shall establish and implement methods of making sure all keys issued to the contractor by the government are not lost or misplaced and are not used by unauthorized persons. The contractor shall not duplicate any keys issued by the government. i. The contractor shall immediately report to the Education and Training Section Chief any occurrences of lost key(s). ii. In the event the contractor loses the key(s), the government reserves the right to replace the lock(s) and or key(s) at the contractor's expense. iii. The contractor shall not issue key(s) to unauthorized personnel. d. Lock Combinations. The contractor shall control access to all government provided lock combinations to preclude unauthorized entry. The contractor is not authorized to record lock combinations without written approval by the ES&T. Records with written combinations to authorized secure storage containers, secure storage rooms, or certified vaults, shall be marked and safeguarded. 6. SPECIAL REQUIREMENTS a. Contractor must inform the ES&T of anticipated absence from a scheduled shift at least 24 hours prior to scheduled shift except in emergency cases. Extended absences must be coordinated with the ES&T at least two weeks in advance. Such absences should not exceed two weeks at a time or four weeks in one fiscal year. b. Contractor must successfully achieve a score of 90% on the examination for DANTES Testing Personnel and view the DANTES Test Administrator Video within two weeks of assuming position. c. In performance of contract requirements, contractor is authorized access to DANTES and PME/AFIADL examinations and to the security container in which they are held. d. Contractor must remain physically present during the entire test session unless relieved by an appropriate authority. 7. MATERIALS AND EQUIPMENT: The government will provide all necessary equipment, supplies and materials to include workstations, computer (with internet access), telephone and other materials and equipment. 8. SPECIFIC TASKS: The Test Administrator is responsible for administering the following categories of tests to eligible military and civilian personnel and their dependents as authorized by DANTES, AFIADL, DLPT, USAFE and local regulations (NOTE: additional tests may be added as needed): a. All DANTES-approved examinations (to include but not be limited to): college entrance exams (ACT, SAT, MAT); tests for college credit (CLEP, DSST, Excelsior College Exams, GRE Subject); professional certification exams (PRAXIS, ASE); interest batteries (SII) and career assessment inventories (CAI). b. All AFIADL course examinations including but not necessarily limited to those for Course 12 and 14, AWC, ACSC and SOS. c. All DLPT5 examinations. d. Tests specifically required by an education institution for course completion, for admission or for course enrollment, including placement tests. e. Tests requested to be administered to eligible personnel, such as correspondence course and qualifications/certification exams. f. Any test required by the Air Force that is not normally administered through the local military test control officer. g. Other tests used in local advisement or guidance programs, to include career assessment and interest inventories, as requested by the ES&T. NOTE: Tests will be administered in accordance with instructions provided in testing handbooks, test examiner guides, and TCO/ATCO instructions to ensure no possibility of test compromise. 9. RELATED ADMINISTRAVIVE TASKS: The following tasks are elements of performance that must be performed in conjunction with and in addition to the actual test administration: a. Check room prior to testing to ensure proper spacing between desks and that adequate lighting, heat, and air circulation exist. Ensure testing office and testing room are kept in a condition conducive to good test performance. b. Withdraw all test exams from safe prior to start of each test session. c. Require all examinees to present official picture identification before allowing them to test. d. Check test material for marks/missing pages before issuing them to students. e. Maintain official test logs, showing the individual's name, the test title and the start and stop times for all test administrations. Ensure each student signs this log upon receipt of test and that all entries are complete and legible. f. Instruct all examinees at the beginning of each session as follows: i. To read carefully and follow instructions exactly as they are printed in the test booklet. ii. To adhere to any prescribed time limits. The contractor will ensure that all timing limits are adhered to and the examinee is aware of the time requirements for each test. g. Review each answer sheet as it is submitted by the examinee to ensure proper completion. h. Check each reusable answer booklet as it is returned for marks and erase them completely. Check all booklets for missing pages and enter the time they are returned in the test log. i. Complete safe and test office security forms at close of each test session. Ensure no money, supplies, forms, envelopes, inventories, brochures or booklets are stored in the safe. j. Lock the safes and testing office doors and windows before leaving the testing office. k. Prepare completed answer sheets, tests, checks/money orders, and any unused tests that may need to be returned, for mailing to the various testing agencies, according to the instructions for each type of test. All documents required for mailing will be fully completed by the contractor, except for the TCO/ATCO signature, prior to final check and sealing by the TCO/ATCO. l. Inform TCO/ATCO immediately of any irregularities, which may represent the potential for a test compromise or complaint from a testing candidate. m. Check exams against shipping documents upon receipt and enter test, serial and part numbers in the Air Force Automated Education Management System (AFAEMS) Test Inventory database, ensuring that entries are made no later than the first duty day after tests are received. n. Document all safe access on DD 702. Assist TCO/ATCO with weekly, monthly, and quarterly inventories and with quarterly reports. o. Identify all newly arrived AFIADL tests on the envelope, showing the name of the student, test identification number, date received and expiration date. Enter all in stock AFIADL tests into the data file in the established format. p. Prepare DANTES order forms for TCO/ATCO signature and advise of under or over-stocking of any test related item. Ensure adequate numbers of tests and answer sheets are maintained at all times based on prior usage patterns, student inputs and TCO recommendations. q. Notify students within two workdays of receipt of specially ordered or distance learning school exams, and maintain until test has been administered and receipt of the completed test has been verified. r. Discard/return obsolete materials as appropriate within 7 days of receipt of new publications and ensure dated exams are returned by expiration deadlines. s. Order and receive special-order tests and handle all follow-up associated with these. t. Maintain statistical data related to test administration as required by ESO and assist with reports and PowerPoint slides as requested. Such data will include (but not necessarily be limited to) monthly statistics on types of test administered and to whom (by rank and service) and any additional test related data required for semi-annual and annual reports. u. Maintain all document and correspondence files in a neat and orderly manner. Separate files by calendar year. Contractor will be responsible for making file labels and setting up the file for each new calendar year. v. Process all necessary paperwork required for optimum operation of testing program. w. Refer all questions on schedule changes or testing policy to the TCO/ATCO and all questions on interpretation or application of test results to the ESO. x. Prepare print advertising re: special testing (ASE, PRAXIS, GRE, etc) for TCO or ATCO review and signature at least 3 weeks before the test order deadline.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F2P3V61103A001/listing.html)
 
Place of Performance
Address: 48 Force Support Squadron, RAF Lakenheath, Brandon, Suffolk, United Kingdom
 
Record
SN02474222-W 20110617/110615235433-b0d464d6afb10a6a4562e3bf6cea748d (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.