|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,1996 PSA#1650Federal Bureau of Prisons, North Central Regional Contracting Office,
1300 Metropolitan Drive, Leavenworth, Kansas 66048-1254 U -- COOK APPRENTICESHIP INSTRUCTOR SOL RFQ 127-002-7. Due 082796. POC
Larry Burgess, Contract Specialist, 913/682-8700, extension 616. (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 this 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-Quotation (RFQ) 127-002-7. (III) The solicitation document
and incorporated provisions are those in effect through Federal
Acquisition Circular FAC-38. (IV) This solicitation is 100% set-aside
for small business. The Standard Classification Code (SIC) is 8299,
with a size standard of 3.5 million dollars. (V) (Line Item One):
Offeror to provide instruction for inmate students enrolled in the Cook
Apprenticeship Program at the Federal Medical Center, Rochester,
Minnesota. Contractor shall conduct daily classes in Basic Food
Preparation. The topics will include, but not limited to Operational
Procedures, Management Operational Procedures, Food Preparation,
Cafeteria Style Restaurant Table Service and Safety and Sanitation.
Contractor will be required to prepare lesson plans and lab activities
from the curriculum guide and submit them to the appropriate personnel
on a weekly basis. Contractor will also be required to maintain student
records, evaluate and report student progress and maintain acceptable
sanitary conditions. Contractor to collect and distribute supplies and
conduct program to meet all requirements so as to maintain all
standards set by the United States Department of Labor, Bureau of
Apprenticeship and Training. Contractor will be required to operate a
system of records as identified for Educational Services documentation.
The work schedule will consist of five-six hour session per week,
excluding federal holidays. Ordinarily, the work schedule is from 7:00
am to 1:00 pm Monday through Friday. However, the exact schedule will
be agreed upon by the contractor and Food Service Administrator. The
performance period will begin tentatively October 1, 1996 through
September 30, 1997. All supplies will be provided by the Federal
Medical Center, Rochester, Minnesota. All supplies will be provided by
Federal Medical Center, Rochester, Minnesota. (VI) Contractor is
required to have a minimum of five (5) years of work experience and Two
(2) years of supervisory experience in the food service profession. The
contractor must hold or working towards a State of Minnesota Vocational
Instructor License. Contractor must agree to adhere to the Privacy Act
of 1974 and all regulations prescribed by the Federal Medical Center,
Rochester, Minnesota. Contractor must attend a four-hour training
session prior to assuming institutional involvement. The resulting
contract to provide the above services will be considered a contractual
agreement and not a personnel appointment to a federal position. The
contractor will be monitored to ensure that the end results are
obtained. Justice Acquisition Regulation (JAR) clause 2852.270-70,
Contracting Officer's Technical Representative, The contractors
performance will be monitored by the COTR John Wiesman, Food Service
Administrator, Federal Medical Center, Rochester, MN 507-287-0674. 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;
evaluation 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 of 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. For security
reasons the government reserves the right to prohibit certain
contractor employees from working under this contract. In accordance
with the Prompt Payment Act, contract payments will be made monthly,
based on sessions received by the Government. (VII) All contract
performance will take place at the Federal Medical Center, Rochester,
Minnesota during the estimated date of October 1, 1996 through
September 30, 1997. (VIII) FAR Provision 52.212-1 Instructions to
Offerors-Commercial is hereby included by reference. The following are
addenda to FAR Provision 52.212-1: At paragraph C; Period for
Acceptance of Offers. The offeror agrees to hold the prices in its
offer firm for 60 calendar days from the date specified for receipt of
offers. At the paragraph (e) multiple offers has been determined by
the Contracting Officer not to be applicable to this solicitation and
is hereby removed in its entirety for the purpose of this requirement.
At the paragraph (h) multiple awards, is not applicable to this
requirement. (IX) FAR provision 52.212-2 is incorporated by reference
with the following addenda; in a paragraph (a); the government will
evaluate proposals based on cost only (X) FAR provision 52.212-3
Offeror Representations and Certifications-Commercial Items, will be
completed and submitted with the proposal. (XI) 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. The
following FAR Clauses are incorporated by reference: 52.232-18
Availability of Funds, 52.203-3 Gratuities, 52.224-1 Privacy Act
Notification, 52.224-2 Privacy Act, and 52-225-11 Restrictions on
Certain Foreign Purchases, Justice Acquisition Regulation (JAR) Clause
2852.270-70, Contracting Officer's Technical Representative. (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 in paragraph (b):
52.222-26 Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action
for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212),
52.222-36, Affirmative Action for Handicapped Workers (29 USC 793),
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era (38 USC 4212), 52.237-2 Protection of Government
Buildings, Equipment and Vegetation, 52.237-1 Site Visit. (XIII) The
contractor agrees to adhere to all regulations prescribed by the
institution for safety, security, custody and conduct of federal
prisoners. The award of this contract may be made without discussions.
(XIV) Defense Priorities and Allocations Systems (DPAS) is not
applicable for this procurement action. (XV) See numbered note one
(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 Larry Burgess,
Contracting Officer, by 2:00 pm, local time August 27, 1996. All offers
shall be clearly marked with the offeror's name and Request for
Quotation number. (XVII) For additional information, questions and
availability of forms, please contact Larry Burgess, Contracting
Officer at 913-682-8700, extension 616. (212) Loren Data Corp. http://www.ld.com (SYN# 0124 19960801\U-0001.SOL)
U - Education and Training Services Index Page
|
|