Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,1996 PSA#1650

Federal 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