Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2015 FBO #4954
SOLICITATION NOTICE

U -- JAVA Training - Attachment No. 2 - Attachment No.1

Notice Date
6/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Transportation, Office of the Secretary (OST) Administration Secretariate, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093, United States
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT5715Q80060
 
Archive Date
9/22/2015
 
Point of Contact
Karen M. Marino, Phone: 6174942437
 
E-Mail Address
karen.marino@dot.gov
(karen.marino@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Deliverables Table Addendum This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. DTRT5715Q80060 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The NAICS Code is 611710 and the Small Business size standard is $15.0 M. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82, effective June 8, 2015. The Government intends to award a Firm Fixed-Price Purchase Order on a competitive basis for a five-day, in person, instructor-led training on JAVA, in accordance with the Statement of Work (SOW) below. Statement of Work (SOW) Begin BACKGROUND The Volpe Center is supporting the Federal Aviation Administration's (FAA) Program Management Office (PMO) to ensure that the FAA has a stable acquisition workforce and maintains core in-house capabilities necessary to successfully modernize the National Airspace System to increase flight capacity, meet future air traffic demands, and enable the nation to continue to benefit from safe, efficient air travel and a healthy aviation industry. The Volpe Center's support to the PMO includes: • Identifying and delivering timely mission-critical and career-advancing training; • Improving manager-employee interaction and communication; • Enhancing and preserving FAA and program management skill and expertise; and • Effectively tracking, coordinating, and communicating the initiatives and their progress within integrated program teams As part of the training identification and delivery task, Volpe Center requires the services of a private firm to deliver a five-day, in-person, instructor-led training on Java for 13 FAA staff members in Atlantic City, NJ, for the PMO's AJM-254 Design & Development team. The Volpe Center will require an option to deliver the training a second time during Fiscal Year 2015 for other FAA teams under the coordination of the Volpe Center. TASKING Task 1. Deliver 1st JAVA Training Session [funded] Java Training Objectives Under the coordination of the Volpe Center, the Contractor shall deliver a five-day, in-person, instructor-led training on Java in Atlantic City, NJ, for 13 members of the PMO's AJM-254 Design & Development team in July or August 2015 (exact dates TBD - the contractor will be notified of the exact dates of the 1st training course within 15 days of start). The Contractor shall work with the Volpe Center and the FAA to tailor the course content to the specific needs of the participants. Through the five-day Java workshop delivered by the Contractor, the 13 attendees shall: • Understand Java's importance, uses, strengths and weaknesses; • Understand Java language basics; • Write, compile, and run Java programs; • Understand the Object Model and Object Oriented Programming; • Use classes, inheritance, and polymorphism; • Create well-designed classes and use them in your Java programs; • Use composition and delegation to create objects from other objects; • Use packages to organize code; • Understand interfaces, their importance, and their uses; • Use interfaces to implement abstraction; • Learn good Java coding style; • Create well-structured Java programs; • Compile and execute programs with the JDK development tools and with an Integrated Development Environment (IDE) of their choice; • Use the core Java libraries (java.lang, java.util); • Use exceptions for error handling; • Understand the basics of using JDBC and JPA, and use them to access databases from Java; • Use the Java Collections Framework; and • Build graphical user interfaces with JFC and Swing (JavaFX could be substituted if requested). The Contractor shall provide: • Electronic and/or hard-copy training materials • Presentations used for instruction • Laptop and projector • One laptop for each participant, including necessary software and equipment • Facility in or near Atlantic City for conducting the training This task will include travel, textbooks, equipment rental, and facilities rental. Task 2. Deliver 2nd JAVA Training Session [optional] Under the coordination of the Volpe Center, the Contractor shall deliver a five-day, in-person, instructor-led training on Java in Atlantic City, NJ, for 13 members of the PMO's AJM-254 Design & Development team between July and September 2015 (exact dates TBD - the contractor will be notified of the exercise of the Task 2 training course option and of the exact dates of the 2nd training within 30 days of the earliest possible Task 2 start date of July 31). The Contractor shall work with the Volpe Center and the FAA to tailor the course content to the specific needs of the participants. Through the five-day Java workshop delivered by the Contractor, the 13 FAA attendees shall: • Understand Java's importance, uses, strengths and weaknesses; • Understand Java language basics; • Write, compile, and run Java programs; • Understand the Object Model and Object Oriented Programming; • Use classes, inheritance, and polymorphism; • Create well-designed classes and use them in your Java programs; • Use composition and delegation to create objects from other objects; • Use packages to organize code; • Understand interfaces, their importance, and their uses; • Use interfaces to implement abstraction; • Learn good Java coding style; • Create well-structured Java programs; • Compile and execute programs with the JDK development tools and with an Integrated Development Environment (IDE) of their choice; • Use the core Java libraries (java.lang, java.util); • Use exceptions for error handling; • Understand the basics of using JDBC and JPA, and use them to access databases from Java; • Use the Java Collections Framework; and • Build graphical user interfaces with JFC and Swing (JavaFX could be substituted if requested). The Contractor shall provide: • Electronic and/or hard-copy training materials • Presentations used for instruction • Laptop and projector • One laptop for each participant, including necessary software and equipment • Facility in or near Atlantic City, NJ, for conducting the training This task will include travel, textbooks, equipment rental, and facilities rental. TRAVEL Some travel by the Contractor will be required. Specifically, trips to Atlantic City, NJ, will be required. All travel performed under this Purchase Order must be approved by the COR and shall be performed in accordance with Federal Travel Regulations (FTR). The actual costs for lodging, meals, and incidental expenses will be considered reasonable and allowable if they do not exceed the maximum per diem rates in effect at the time of travel as set forth in the FTR. In accordance with FAR Subpart 31.205-46, a written justification must be provided to the COR for amounts higher than the FTR maximum amounts. Travel will be reimbursed at actual costs (with a copy of the receipts for expenses) in the following categories: 1.) Airline Tickets (commercial rates) 2.) Hotel Expenses (Government rates unless pre-approved by the COR) 3.) All Other Modes of Transportation (Taxi receipts are not required if less than $75.00) Food and other miscellaneous expenses will be reimbursed at the prevailing FTR reimbursement rates. Total travel costs for this work shall not exceed $4,000. Deliverables Table (See Attachment No. 1) 1.0 TECHNICAL POINT OF CONTACT The following individual will serve as the technical point of contact: Mr. Jared Fijalkowski US DOT - Volpe National Transportation Systems Center, V-341 55 Broadway, Cambridge, MA 02142 Tel. (617) 494-2092 E-mail: jared.fijalkowski@dot.gov Statement of Work (SOW) end. PRICING: The Government intends to award one (1) purchase order for a base (CLINs 0100 and 0101) and 2 optional line items (CLINs 0200 and 0201), on a Firm Fixed Price basis as a result of this solicitation. The Offeror shall provide a firm fixed price quotation for all labor, travel, materials and rental facilities, in accordance with each CLIN listed below: CLIN 0100, Java Training Session (Base), 1 EA Total $_______________ CLIN 0101, Travel for CLIN 0100 (Base), 1 EA Total Price Not to Exceed - $2,000.00 CLIN 0200, Java Training Session (Optional Line Item), 1 EA Total $________________ CLIN 0201, Travel for CLIN 0200, Total Price Not to Exceed (Optional Line Item), $2,000.00 Please provide a total firm fixed price for CLINs 0100 through 0201 $________________ INSTRUCTIONS TO OFFERORS: FAR 52.212-1, Instruction of Offerors-Commercial Items is hereby incorporated by reference. FAR 52.212-2, Evaluation - Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer is considered to be the most advantageous to the Government based on Technical Understanding, Staffing Qualifications and price. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically using the System for Award Management (SAM) accessible via http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs (c) through (o) of this provision. The Offeror is reminded that if it completes its annual representations and certifications electronically in SAM it must update its representations and certifications as necessary, but at least annually, to ensure they are kept current, accurate, and complete. All Contractors must be registered in SAM in order to receive an award from a DOT Agency. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is hereby incorporated by reference Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-9, 52.223-15, 52.223-16, 52.223-18, 52.225-1, 52.232-33 and 52.232-40. See Attachment No. 2 for other FAR Clauses that are applicable. These references may be viewed at www.acquisition.gov/far. The signed offer must be submitted electronically via email to Karen.Marino@dot.gov. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V222, 55 Broadway, Cambridge, MA 02142. The time for receipt of offers is 3:00 PM, Eastern Time on 6/23/2015. No telephone requests will be honored. The Government will not pay for any information received. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation-related contracts. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dc4b23ff92495de7027ebc5db9a89c36)
 
Record
SN03764850-W 20150617/150615234912-dc4b23ff92495de7027ebc5db9a89c36 (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.