|
COMMERCE BUSINESS DAILY ISSUE OF MAY 24,1996 PSA#1602Federal Bureau of Prisons, United States Penitentiary, Regional
Contracting Office, Leavenworth, KS 66048-1254 U -- TEACH ADVANCED OCCUPATIONAL EDUCATION PROGRAM TO FEDERAL, MALE
INMATES SOL RFP102-0051 DUE 061096. POC Thomas Young, Contracting
Officer, 913-682-8700, extension 615. (I) This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in the Federal Acquisition Regulation (FAR) Subpart 12.6,
as supplemented with additional information included in the notice.
This announcement constitutes the only solicitation; proposals are
being requested and written solicitations will not be issued. (II) This
solicitation is issued as Request-For-Proposal RFP102-0051. (III) The
solicitation document and incorporated provisions are those in effect
through Federal Acquisition Circular FAC37. (IV). This solicitation is
100% set-aside for small business. It is advertised as full and open
competition with a Standard Industrial Classification Code (SIC) of
8299, with a size standard of 3.5 million. (V) The contractor shall
provide occupational and/or technical based post-secondary level
classes in computer skills and computer-assisted drafting as part of a
certificate program as a nonpersonal service for adult, male, federal
inmates. (VI) This contract shall contain options for a base year and
four one year option periods. Proposals must separately provide
session prices for the base year, option period one, two, three, and
four. The period of performance shall be as follows: the base year of
the contract shall be from the date of award (approx. 7/1/96); option
period one 7/1/97 - 6/30/98; option period two 7/1/98 - 6/30/99; option
period three 7/1/99 - 6/30/2000; and option period four 7/1/2000 -
6/30-2001. Pursuant to FAR 17.203 (d), offerors may propose varying
prices for option periods. The contractor shall make available, on a
non-discriminatory basis, post-secondary level technical courses
leading to a certificate. The courses will be taught by professional
instructors employed by the contractor. Instructors must clear
mandatory background investigations. The institution providing the
classes/instructors must be a fully accredited post-secondary technical
institution. Credits earned by participating inmates should be fully
transferable to other similarly accredited institutions. The computer
skills program must include instruction in keyboards, WordPerfect,
Quicken and PAGEMAKER Desktop Publishing. The CAD program must use
AUTOCAD Lt software. Enrolled inmate students will purchase books,
while FCI-Englewood will furnish basic classroom supplies. The
contractor must provide an employee (Liaison) to coordinate the on-site
program. This person will meet with prospective students, assist with
enrollment and withdrawal documentation, be able to answer questions
from inmates and will serve as the primary liaison between the
contractor and the Government. The liaison should be able to be on-site
at least once per month for two-three hour periods. The contractor
shall provide to the Contracting Officer's Technical Representative
(COTR), all statistical data and information relative to the program.
This shall include enrollments, withdrawals, completions, and other
relative data subject to change during the course of the contract.
(VII) All contract effort will take place at the Federal Correctional
Institution (FCI), located at Littleton, CO, which includes a Federal
Detention Center (FDC) and a Federal Prison Camp (FPC). Contract effort
will be scheduled in the education areas. Computer skills classes will
be scheduled during evening hours (between 6 p.m. and 8 p.m.)
Weekdays. CAD classes may be scheduled during weekday morning hours (8
a.m. To 11 a.m.) or evening hours. Classroom supplies will be
furnished by the Government. The contractor shall agree to adhere to
all regulations prescribed by the institution for safety, security,
custody and conduct of inmates. The awarded contractor shall attend an
orientation session, prior to assuming contract effort. Reimbursement
to the contractor for time spent in the institution security
orientation shall be at the contract rate. In accordance with the
Prompt Payment Act, contract payments will be made monthly, based on
sessions received by the Government. For security reasons, the
Government reserves the right to prohibit certain contractor employees
from working under this contract. The contractor's performance will be
monitored by the (COTR). Lance Cole, Supervisor of Education, BOP,
Education Department, FCI Englewood, Littleton, CO, 303-985-1566,
extension 1230, is hereby designated to act as COTR under this
contract. The COTR is responsible for: receiving all deliverables;
inspecting and accepting the supplies or services provided hereunder in
accordance with the terms and conditions of this contract; providing
direction to the contractor which clarifies the contract effort, fills
in details or otherwise serves to accomplish the contractual scope of
work; evaluating performance; and certifying all invoices/vouchers for
acceptance of the supplies or services furnished for payment, prior to
forwarding the original invoice to the payment office and a confirmed
copy to the Contracting Officer. The COTR does not have the authority
to alter the contractor's obligations under the contract, direct
changes that fall within the purview of the General Provisions clause,
entitled ``Changes'' and/or modify any of the expressed terms,
conditions, specifications, or cost to the Government. If a result of
technical discussions, it is desirable to alter/change contractual
obligations or the scope of work, the Contracting Officer shall issue
such changes in writing with a signed modification. (VIII) FAR clause
52.212-1 Instructions to Offerors-Commercial is hereby included by
reference. The following are addenda to FAR clause 52.212-1: At
paragraph (c), Period for Acceptance of Offers, the amount of time an
offeror must hold its prices firm is hereby changed. An offeror must
hold the prices in its proposal, firm for 60 calendar days from the
date specified for receipt of proposals. Paragraph (e) multiple offers
has been determined by the Contracting Officer to be non-acceptable to
this solicitation and is hereby removed in its entirety for the purpose
of this requirement. Evaluation factors for Award: Offerors are advised
that proposals shall be evaluated without discussions. Award might be
made to the responsible offeror whose proposal is responsive to the
terms of the RFP and is most advantageous to the government. Business
references: In accordance with FAR subpart 9.104-1, each offeror is
required to provide information on a reasonable number of recent and
relevant contracts for the same or similar items, as well as the
offeror's primary financial institution, to include contract numbers,
point-of-contact, telephone numbers, and any other relevant
information, which will be used by the Contracting Officer in making a
responsibility determination about a prospective offeror. FAR
provision 52.212-3 Offeror Representations and
Certifications-Commercial Items, shall be completed and submitted with
the proposal. FAR clause 52.212-4, Contract Terms and
Conditions-Commercial Items, hereby applies to this solicitation. The
following are addenda to FAR clause 52.212-4 (1) The following FAR
clauses are hereby incorporated by reference: 52.232-18 Availability of
Funds and FAR 52.217-5 Evaluation of Options. The following FAR clauses
are hereby incorporated in full text: FAR 52.204-1 Approval of
Contract: This contract is subject to the written approval of the
Bureau of Prisons, North Central Regional Contracting Office, and shall
not be binding until so approved; FAR 52.216-1 Type of Contract: The
Government contemplates award of a Firm-Fixed Price contract resulting
from this solicitation; FAR 52.217-8 Option to Extend Services: The
Government may require continued performance of any services within the
limits and at the rates specified in the 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 6 months. The Contracting Officer may
exercise the option by a written notice to the Contractor no less than
14 calendar days before contract expiration; FAR 52.217-9 Option to
Extend the Term of Contract: The Government may extend the term of this
contract by written notice to the Contractor within the first day of
the ensuing option period, provided that the Government shall give the
Contractor a preliminary written notice of intent to extend at least
60 days before the contract expires. The preliminary notice does not
commit the Government to an extension. If the Government exercises this
option, the extended contract shall be considered to include this
option provision. The total duration of this contract, including the
exercise of any options under this clause, shall not exceed five (5)
years. The following terms and conditions are hereby incorporated:
Security Requirements: A security file will be maintained on each of
the contractor's employees for the contract duration. The following
information will be maintained in the file: National Crime Information
Center Check (DOJ-99); fingerprint check (FD-258); authority for
release of information (OPM-329A); and urinalysis test results, all in
accordance with the Bureau of Prisons (BOP) program Statement 3000.02.
Justice Acquisition Regulation (JAR) clause 2852.270-70, Contracting
Officer's Technical Representative. (IX) FAR provision 52.212-2 applies
to this solicitation and the following evaluation criteria (arranged in
their relative order of importance) are hereby incorporated: cost to
the Government; computer skills certificate program; AUTOCAD
certificate program; Qualified instructors; on-site instruction; and
on-site liaison. Technical and past performance will be evaluated, and
when combined, are evaluated as subfactors. (X) Offerors must include
a completed copy of the FAR provision 52.212-3 Offeror Representations
and Certifications-Commercial Items, with their proposals. (XI) FAR
clause 52.212-4 applies to this solicitation. (XII) FAR clause 52.212-5
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items hereby applies to this acquisition.
In accordance with FAR clause 52.212-5, the following clauses are
hereby incorporated by reference: 52.203-6 Restrictions on
Subcontractor Sales to the Government, Alternate I; 52.203-10 Price or
Fee Adjustment for Illegal or Improper Activity; 52.219-8 Utilization
of Small business Concerns and Small Disadvantaged Business Concerns;
52.222-5 Affirmative Action for Special Disabled and Vietnam Era
Veterans; 52.222-36 Affirmative Action for Handicapped Workers;
52.222-7 Employment Reports on Special Disabled Veterans and Veteran of
the Vietnam Era; and 52.225-19 European Community Sanctions for
Services. (XIII) The Department of Labor (Service Contract) Wage
Determination number 94-2081 (R3) applying to all teachers/instructors
working in Littleton, Colorado (Jefferson County) is hereby
incorporated into this solicitation. Minimum wages, including benefits
must be paid to contractor's employees working under this contract. If
necessary, offerors must request a copy of the wage determination from
the contracting officer shown below. (XVI) Offers in original and two
(2) copies shall be received at United States Penitentiary, Regional
Contracting Office, 1300 Metropolitan Avenue, Leavenworth, KS
66048-1254, Attention Thomas Young, Contracting Officer, by 2:00 p.m.
local time, 06/10/96. All offers shall be clearly marked with the
offeror's name and RFP number. xvii) For additional information,
questions, and availability of forms and wage determinations, please
contact Thomas Young, Contracting Officer at 913-682-8700, extension
615. (138) Loren Data Corp. http://www.ld.com (SYN# 0148 19960523\U-0002.SOL)
U - Education and Training Services Index Page
|
|