Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2013 FBO #4297
MODIFICATION

U -- RAF Mildenhall Test Examiner

Notice Date
8/28/2013
 
Notice Type
Modification/Amendment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, United States Air Force Installation Contracting Agencies - Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F3B3023080A001
 
Archive Date
10/1/2013
 
Point of Contact
Megan Davidson, Phone: 011441638522215, Tara Ponte, Phone: 44 1638 52 2252
 
E-Mail Address
megan.davidson@us.af.mil, tara.ponte@us.af.mil
(megan.davidson@us.af.mil, tara.ponte@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Test Examiner Services, RAF Mildenhall - Reference (F3B3023080A001) 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 (Fiscal Year 2014.) 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. SOLICITATION DATE: 30 July 2013 QUOTES DUE: NLT 1200 GMT, 06 September 2013 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 issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F3B3023080A001. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 611710, Educational Support Services. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-67 effective 22 July 2013, DPN 20130710 effective 10 July 2013, AFAC 2013-0327 effective 27 March 2013. Potential bidders are to provide a quote for the services outlined in the Performance Work Statement (PWS), which is included as an attachment to this solicitation. Addendum to FAR 52.212-1 - Instructions to Offerors 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: Quote Specifics: Quotes are due to this office NLT 1200 British Summer Time (BST), 06 September 2013. It is preferred that quotes be sent via e-mail to Ms. Megan Davidson, megan.davidson@us.af.mil; or Ms. Tara Ponte, tara.ponte@us.af.mil. Quotes may however, be delivered to: 48 Contracting Squadron, ATTN: Ms. Megan Davidson/Ms. Tara Ponte, Bldg 977, Boston Drive, RAF Lakenheath, Brandon, Suffolk, IP27 9PN. Please reference the solicitation number (F3B3023080A001) and the position (Test Examiner, RAFM) in the subject of any email. General Information: All quotes must include the following general information: 1. Company's or individual's complete mailing and remittance address. 2. Discount for prompt payment - if any 3. Quotes must be valid through 02 October 2013. 4. Copy of Offeror Representations and Certifications; please see FAR 52.212-3 ALT I, for additional direction. 5. Resumes and proof of baccalaureate degree shall be submitted with quotation packages. 6. DEROS, if applicable. To be deemed acceptable, vendor must remain in the local area through 30 September 2015, please provide proof of this. Price Information: Vendor must complete the price schedule found on page 2 of this solicitation. The government will evaluate the vendor's quote with competitive quotes received from other interested parties. Technical Acceptability: The vendor will be evaluated on an acceptable/unacceptable basis. A vendor's quotation will be deemed acceptable if all the criteria outlined in the Quote Specifics above(per the PWS) are satisfied. To be considered for award, offeror must also be able to provide proof that he or she will remain in the local area through 30 September 2015. Quote shall include a unit price and total price for the following price schedule: PRICE SCHEDULE Line Item Number Description Period of Performance Quantity Unit Unit Price Total Price 0001 RAF Mildenhall Test Examiner 1 Oct 2013 To 30 Sept 2014 208 Units 1001 RAF Mildenhall Test Examiner 1 Oct 2014 To 30 Sept 2015 208 Units o A unit shall consist of a pre-scheduled four (4) hour block of time o Prices shall be all inclusive (i.e. all material, transportation, labor, etc.) o Prices shall be quoted in USD ($) and quotes shall be valid, at a minimum, through 2 October 2013. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. (End Addendum) Evaluation of Quotes: The sections of the quote will be evaluated in the following manner: FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) 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) Price: (Determining Factor - The vendor whose total prices per line item will be added together to arrive at a total price. The vendor whose price is the lowest will be deemed the "lowest price".) The vendor must have completed the bid schedule found on page 1 of this solicitation. The Government will evaluate the vendor's quote with competitive quotes received from other companies in the industry. (b) Technical Acceptability: (Determining Factor: The vendor will be evaluated on an acceptable/unacceptable basis.) A vendor's quotation will be deemed acceptable if all the criteria outlined in the Quote Specifics above (per the PWS) are satisfied. Resumes and transcripts will be reviewed to determine if vendor meets technical capability. 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). 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. (End of Provision) AWARD BASIS: The Government will award to the vendor whose quotation is determined tobe the lowest price technically acceptable. Primary point of contact: Contract Specialist: Ms. Megan Davidson TEL: 01638-52-2235 or EM: megan.davidson@us.af.mil Secondary Point of contact: Contracting Specialist: Ms. Tara Ponte TEL: 01638-52-2363 or EM: tara.ponte@us.af.mil The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisition Regulation (FAR) Provisions: 52-204-7 Central Contractor Registration 52.212-1 Instructions to Offerors - Commercial Items 52.217-5 Evaluation of Options Federal Acquisition Regulation (FAR) Clauses: 52.209-6 Protecting the Government's Interest When Subcontracting with contractor's Debarred, Suspended, or Proposed for Debarment 52.212-4 Contract Terms and Conditions - Commercial Items 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-10 Waste Reduction Program 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer (EFT) - CCR 52.233-1 Disputes 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Department of Defense Federal Acquisition Regulation Supplement (DFARS) Provisions: 252.225-7042 Authorization to Perform Department of Defense Federal Acquisition Regulation Supplement (DFARS) Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relation to Competition of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004, Alt A System for Award Management 252.222-7002 Compliance with Local Labor Laws (Overseas) 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 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) Air Force Federal Acquisition Regulation Supplement (AFFARS) Clauses: 5352.201-9101 Ombudsman 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 The full text of the FAR, DFARS, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil. 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (a) The following additional FAR clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). _X_ (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). _X_ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). _X_ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). _X_ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). _X_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (End of Clause) 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed six (6) months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of the contract expiration. (End of Clause) 52.217-9 - Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed thirty (30) months. (End of Clause) 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. (End of Clause) 52.252-1 - Solicitation Provisions Incorporated By Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Provision) 52.252-2 - Clauses 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/these address(es): http://farsite.hill.af.mil/ (End of Clause) 52.252-5 -- Authorized Deviations in Provisions. (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of 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. Attachment(s): I. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, Alt I (Full Text). II. Performance Work Statement ATTACHMENT I 52.212-3 -- Offeror Representations and Certifications -- Commercial Items An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (a) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Inverted domestic corporation," as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874. "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Sensitive technology- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Subsidiary" means an entity in which more than 50 percent of the entity is owned- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans(as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern -- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] (c) Offerors must complete the following representations when the resulting contract is to be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it [_] is, [_] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it [_] is, [_] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [_] is, [_] is not a women-owned small business concern. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that- (i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: _________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that- (i) It [_] is, [_] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: _____________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.]. The offeror represents that it [_] is, a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___________________________________________ (10) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either- (A) It [_] is, [_] is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the CCR Dynamic Small Business Search database maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It [_] has, [_] has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(10)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ________________.] (11) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-- (i) It [_] is, [_] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and (ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(11)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246 -- (1) Previous contracts and compliance. The offeror represents that -- (i) It [_] has, [_] has not, participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It [_] has, [_] has not, filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that -- (i) It [_] has developed and has on file, [_] has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It [_] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act - Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (2) Foreign End Products: LINE ITEM NO. COUNTRY OF ORIGIN [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g) (1) Buy American Act -- Free Trade Agreements -- Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act -- Free Trade Agreements -- Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act--Free Trade Agreements--Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanina, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: LINE ITEM NO. COUNTRY OF ORIGIN [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) or this provision) as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: LINE ITEM NO. COUNTRY OF ORIGIN [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No.: ___________________________________________ [List as necessary] (3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled ``Buy American Act--Free Trade Agreements--Israeli Trade Act'': Canadian or Israeli End Products: Line Item No.: Country of Origin: [List as necessary] (4) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph(g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No.: Country of Origin: [List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products Line Item No.: Country of Origin: [List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals-- (1) [_] Are, [_] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) [_] Have, [_] have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and (3) [_] Are, [_] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) [_] Have, [_] have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appear rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals Contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).] (1) Listed End Product Listed End Product: Listed Countries of Origin: (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [_] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [_] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that is has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [_] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [_] Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.] (1) [_] Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror [_] does [_] does not certify that- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. (2) [_] Certain services as described in FAR 22.1003-4(d)(1). The offeror [_] does [_] does not certify that- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer identification number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN.] (3) Taxpayer Identification Number (TIN). [_] TIN:_____________________. [_] TIN has been applied for. [_] TIN is not required because: [_] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [_] Offeror is an agency or instrumentality of a foreign government; [_] Offeror is an agency or instrumentality of the Federal Government; (4) Type of organization. [_] Sole proprietorship; [_] Partnership; [_] Corporate entity (not tax-exempt); [_] Corporate entity (tax-exempt); [_] Government entity (Federal, State, or local); [_] Foreign government; [_] International organization per 26 CFR 1.6049-4; [_] Other ____________________. (5) Common parent. [_] Offeror is not owned or controlled by a common parent: [_] Name and TIN of common parent: Name ____________________________________ TIN ______________________________________ (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations- (1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874. (2) Representation. By submission of its offer, the offeror represents that- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran. (1) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (2) Representation and Certification. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror- (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and (iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,000 with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50(U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf ). (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if- (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (End of Provision) ATTACHMENT II PERFORMANCE WORK STATEMENT Non-Personal Services Contract for Education Services Test Administrator (RAF Mildenhall) 30 July 2013 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 programs, academic institution distance learning testing, Air Force Institute for Advanced Distributed Learning testing programs and Defense Language Proficiency Testing (DLPT). 2. QUALIFICATIONS: Applicant must have a baccalaureate degree from an accredited college recognized by the U.S. Department of Education and be able to provide documentation of the degree. Excellent customer service skills and verbal communication skills are essential and the contractor shall be remaining at the current duty station through 30 September 2015. Resumes and transcripts shall be submitted with proposal packages to the base contracting office. 3. WORK HOURS/DAYS: A total of 208 units are required for each FY that services are supplied, services shall be on a call basis at least 24 hours in advance of required testing sessions. Services are to be performed on Wednesday and Thursday, 0730-1130 and/or 1230-1645 (definition of a unit below). Other times/days as mutually agreed by Education Services Officer as contractor may be required to test on Monday as well, if needed at Education Center. The government shall determine the number of units required each week and shall notify the contractor with the intended schedule no later than seven working days prior to the designated work unit. 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. A unit shall consist of a pre-scheduled four hour block of time. It is estimated that 4 units will be required per week. Each unit will include testing and applicable administrative time. Units shall not be worked 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. A scheduled unit must be canceled, if fewer than five (5) testing appointments are confirmed, 24 hours prior to start of session. IAW AFI 36-2306, when circumstances dictate the ESO may seek and receive relief from HQ USAFE/A1KE from the five appointment requirement. 4. BASIS FOR CALL: A minimum of five (5) examinees must be scheduled prior to call for services (unless waived as noted on paragraph 3 above). A maximum of two (2) units may be performed in one calendar day under the individual call format 5. 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. 6. BASE NETWORK 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 7. 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 DOD 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. (IF APPLICABLE) 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 Services Officer 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. (IF APPLICABLE) 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 ESO. Records with written combinations to authorized secure storage containers, secure storage rooms, or certified vaults, shall be marked and safeguarded. 8. SPECIAL REQUIREMENTS: a. Contractor must inform the ESO of anticipated absence from a single scheduled unit at least 24 hours prior to scheduled unit except in emergency cases. Extended absences must be coordinated with the ESO at least two weeks in advance. Such absences should not exceed two weeks at a time or four weeks in one fiscal year. b. For continuity purposes, these services shall be performed by the same individual throughout the period of performance. Should there be a need to change the individual providing the services, that request must be submitted in writing at least 15 calendar days prior to the anticipated change and must be approved by the ESO prior to the actual change. c. 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. d. 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. e. Contractor must remain physically present during the entire test session unless relieved by an appropriate authority. 9. MATERIALS AND EQUIPMENT: The government will provide all necessary equipment, supplies and materials to include workstations, computer (with internet access), telephone and other materials andequipment. 10. 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): f. 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). g. All AFIADL course examinations including but not necessarily limited to those for Courses 12 and 14, AWC, ACSC and SOS. h. All DLPT5 examinations. i. Tests specifically required by an education institution for course completion, for admission or for course enrollment, including placement tests. j. Tests requested to be administered to eligible personnel, such as correspondence course and qualification/certification exams. k. Any test required by the Air Force that is not normally administered through the local military test control officer. l. Other tests used in local advisement or guidance programs, to include career assessment and interest inventories, as requested by the ESO. 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. 11. RELATED ADMINISTRATIVE 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 materials 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: 1) To read carefully and follow instructions exactly as they are printed in the test booklet. 2) 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 tests 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. y. Provides support to the Education Services Customer Service area when staffing levels are low and all testing related duties have been completed prior to scheduled Unit end time. 12. PAYMENT: The Test Examiner will submit his/her invoice on a monthly basis to the Education Resource Section, or his/her designee not later than three (3) work days after the end of each month. The Test Examiner will also submit one (1) copy of each daily Testing scheduling log when submitting invoice for payment. Payment will be made on a monthly basis using Wide-Area Workflow (WAWF). 13. RECOGNIZED HOLIDAYS: The contractor is not required to provide service (except emergencies) on official US holidays. When a U.S. holiday falls on a Sunday, the following day is also a holiday, when a U.S. holiday falls on a Saturday; the preceding day is also a holiday. 14. CONTRACT TERMINATION: The contract will be terminated for any breach of test security or violation of AFI 36-2306, the DANTES Examination Program handbook, 100 FSS/FSDE Testing Operation Instructions, testing examiners manuals, or any requirement stipulated in the Test Examiner Contract or SOW. 15. GLOSSARY OF TERMS: Commonly used military and education-related acronyms, abbreviations and definitions with which contractor must be familiar: ACSC Air Command and Staff College (required PME for AF Majors) ACT ACT (undergraduate entrance exam) AD Active Duty AEA Assistant Education Advisor AECP Airman Enlisted Commissioning Program AFA Air Force Academy (usually USAFA) or Air Force Association AFAEMS Air Force Automated Education Management System AFIADL AF Institute of Advanced Distributed Learning AFIT Air Force Institute of Technology AFROTC Air Force Reserve Officer Training Corps ALS Airman Leadership School ATCO Alternate Test Control Officer AWC Air War College (required PME for AF Lt Colonels) BEPAC Base Education Plan and Advisory Committee BESC/BESP Base Education Services Center/Base Education Services Program BPA# Blanket Purchase Agreement Number BTES Base Training and Education Services CCAF Community College of the Air Force CLEP College Level Examination Program (test for credit) Course 1 Airman Leadership School by correspondence Course 12 SNCOA by computer assisted distance-learning program Course 14 SNCOA by computer assisted distance-learning program Course 8 SNCOA by correspondence CTC Central Texas College (on-base college program) D&B# Dunn and Bradstreet Number (must obtain prior to registering as gov. contractor) DANTES Defense Activity for Non-Traditional Education Support DE Distance Education DL Distance Learning DSST DANTES Subject Standardized Test (test for credit) ECE Excelsior College Exams (formerly New York Regents exam program) ECI Extension Course Institute (former name for AFIADL) ELA Educational Leave of Absence (CONUS-only program) ERAU Embry Riddle Aeronautical University (on-base program) ESC Education Services Center ESS Education Services Specialist ET Education Technician FTAC First Term Airman Center GED Tests of General Education Development (high school equivalency exam) GMAT Graduate Management Admissions Test (specialized graduate entrance exam) GRE Graduate Record Exam (only subject tests can be given on base) LEAD Leaders Encouraging Airman Development (for USAFA or AFA Prep School) MAJCOM Major Command (major divisions within the Air Force) ACC Air Combat Command (HQ at Langley AFB, VA) AETC Air Education and Training Command (HQ at Randolph AFB, TX) AFMC Air Force Material Command AFRC Air Force Reserve Command AFSOC Air Force Special Operations Command AFSPC Air Force Space Command (HQ at Peterson AFB, CO) AMC Air Mobility Command ANG Air National Guard PACAF Pacific Air Forces (HQ at Hickam AFB, HA) USAFE United States Air Forces Europe (HQ at Ramstein AFB, GE) MAT Miller Analogies Test (graduate entrance exam) MGIB Montgomery GI Bill (covers most AD personnel unless they declined it) NCOA Noncommissioned Officers Academy NPSC Non-Personal Services Contract (covers each contract position) OTS Officer Training School (requires completed 4 year degree) OU University of Oklahoma (on-base graduate program) PCA Permanent Change of Assignment (changing jobs but remaining at current base) PCS Permanent Change of Station (leaving current base) PME Professional Military Education POC-ERP Professional Officer Course-Early Release Program PRAXIS National Teacher Certification Exam (Includes general and subject tests) QH Quarter Hours SAT Scholastic Aptitude Test (undergraduate entrance exam) SH Semester Hours SII Strong Interest Inventory SNCOA Senior Noncommissioned Officers Academy SOAR Scholarships for Outstanding Airmen to ROTC SOC Servicemen's' Opportunity College (All on base schools are SOC members) SOS Squadron Officers School (required PME for AF Captains) SOW Statement of Work (position description and responsibilities) TA Cap Annual per person limit of $4500 (set by Congress for all Services) TA Tuition Assistance (military) TCO Test Control Officer TDY Temporary Duty (involves official orders sending the person elsewhere) TE Test Examiner TTT Troops to Teachers program (see DANTES web site) UMUC University of Maryland University College (on-base program) UoP University of Phoenix (on-base graduate program) USAFA United States Air Force Academy VA Veterans Administration VEAP Veterans Educational Assistance Program (no longer open to new depositors)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F3B3023080A001/listing.html)
 
Place of Performance
Address: RAF Mildenhall, RAF Mildenhall, United Kingdom
 
Record
SN03167400-W 20130830/130829001555-568317e004aa69b0e78c3d3e39cbac7c (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.