Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 25,1996 PSA#1687

Federal Bureau of Prisons, Western Regional Contracting Office, 6600 Goodfellow St., Dublin, CA 94568

R -- BUILDING TRADES AND AIR CONDITIONING/REFRIGERATION VOCATIONAL TRAINING PROGRAMS AT THE FEDERAL CORRECTIONAL INSTITUTION, SAFFORD, ARIZONA SOL IFB 159-0118 DUE 100496. Contact Celestine J. Faurie, Contracting Officer, (510) 803-2773. This modifies the synopsis published 08-07-96: 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; bids are being requested and a written solicitation will not be issued. This solicitation is hereby modified to be issued as an Invitation for Bids (IFB) 159-0118. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-41. This procurement is unrestricted and is being advertised as full and open competition, under Standard Industrial Classification code 8221, with a small business size standard of $5.0 million. (A) Schedule: The Contractor shall provide educational services (instruction of two vocational training (VT) programs - (1) Building trades and (2) Air Conditioning/Refrigeration (HVAC)) for the Federal Correctional Institution (FCI), 1529 West U.S. Highway 366, Safford, AZ 85546 for a Base Year and three one year option periods. Please provide a price per session for each VT program. The Building Trades program will consist of approximately 150 six-hour sessions for the Base Year, and approximately 150 six-hour sessions for each Option Period. The HVAC program will consist of approximately 150 two-hour sessions for the Base Year, and approximately 150 two-hour sessions for each Option Period. Please provide these prices separately for each VT program for the Base Year, Option Period One, Option Period Two, and Option period Three. The period of performance is as follows: The Base Year of the contract shall be from 10-04-96 or date of award, whichever is later, thru 09-30-99; and Option Period Three: 10-01-99 thru 09/30/2000. Pursuant to FAR 17.203(d), bidders may offer varying prices for option periods. (B) Statement of Work: Purpose: The contractor shall provide a certified Building Trades VT program and a certified HVAC VT program to the inmates of FCI Safford on a contractual basis not to exceed 30 hours per week for the Building Trades program, the contractor will be required to provide vocational instruction in (1) Beginning Carpentry; (2) Forming and Framing; (3) Blueprint Reading; and (4) Introduction to Technical Math. The Building Trades program should last approximately four (4) months, repeating each semester. There should be two Building Trades programs during the base year and any exercised option periods. For the HVAC program, the contractor will be required to provide vocational instruction in concepts, theories, procedures, and troubleshooting techniques of refrigeration and air conditioning technology. The HVAC program should last approximately eight (8) months or two semesters. The FCI Safford Supervisor of Education (SOE) and the contractor will establish the time periods for each semester for each VT program. Classes for the Building Trades program must have at least 40 percent live (lab) work and the HVAC program should have approximately 35 percent. The major objective is to provide inmates with basic knowledge of each topic and functional skills sufficient for them to enter into a certified apprenticeship program. (i) Qualifications: The contractor must be an accredited post-secondary educational institution for providing educational services consistent with the requirements of the solicitation. The contractor must be found in the directory entitled ``Accredited Institutions of Post-Secondary Education'', published by the American Council on Post-Secondary Accreditation (COPA). The contractor shall furnish proof that it is an accredited college with all states licenses and/or certifications. The contractor must have the ability to transfer credit hours earned to other institutions and be vocational training certified. All instructors must meet standards set forth for community colleges. The contractor will provide a syllabus or description of curriculum for each VT program, if requested. (ii) Place of Performance: The place of performance will be in the Education Department of the Federal Correctional Institution, located at 1529 West U.S. Highway 366, Safford (Graham County), AZ 85546. (iii) Schedule: The Building Trades program and the HVAC program will be conducted five days per week, excluding weekends and Federal Holidays. The Building Trades program sessions will be from 8:00 a.m. to 3:00 p.m. for approximately 25-30 inmates per session. The instructor will have no students from 11:00 a.m. to noon. The HVAC program sessions will be two hours in length for approximately 25-30 inmates per session, with specific times established by the SOE and the contractor. (iv) Supplies: All supplies and materials that the contractor may routinely need for both VT programs at the institution will be provided by the Education Department. (v) Method of Performance: The services provided, being professional in nature, will be provided in the method as considered normal by a post-secondary educational institution. The performance of these services will also be verified by the designated Contracting Officer Technical Representative (COTR). (vi) Student Management: The contractor will be required to maintain class attendance, students' progress in class, and monthly performance evaluations. All educational records remain the property of the Federal Bureau of Prisons. This contract is nonpersonal and will be a contractual arrangement and not a personnel appointment; payment is based on the provision of an end product to the accomplishment of a specific result; results to be obtained will be entirely within the contractor's own unsupervised determination; and the contractor will not be subject to Government supervision. (C) Clauses/Provisions: (i) FAR provision 52.212-1, ``Instructions to Offerors-Commercial Items'', is hereby included by reference. The following are addenda to FAR provision 52.212-1: (1) paragraph (c) ``Period of Acceptance of Offers'', the amount of time the offeror agrees to hold the prices in its offer firm is changed to 60 calendar days from date specified for receipt of offers. (2) paragraphs (e) ``Multiple Offers'', and (h) ``Multiple Awards'', have been determined by the Contracting Officer to be non-applicable to this solicitation and are hereby removed in their entirety for the purpose of this requirement. (3) Business References: In order to assist the Contracting Officer in making a responsibility determination about a prospective contractor, in accordance with FAR Subpart 9.104-1, it is required that each bidder provide information on a reasonable number of recent and relevant contracts for the same or similar items, as well as the bidder's primary financial institution (to include contract numbers, points of contact, telephone numbers, any any other relevant information). The following provision is hereby incorporated into this solicitation and resulting contract as an addendum to FAR provision 52.212-1: FAR provision 52.214-10, ``Contract Award-Sealed Bidding'' and 52.237-1, ``Site Visit'', are hereby incorporated by reference. (II) FAR provision 52.212-3, ``Offeror Representations and Certifications - Commercial Items'', shall be completed and submitted with the bid. (iii) FAR provision 52.233-2, ``Service of Protest'', is hereby incorporated in full text: (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Chief, Procurement and Property Branch, Federal Bureau of Prisons, 320 First Street, N.W., Washington, D.C. 20534, (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (iv) FAR clause 52.212-4, ``Contract Terms and Conditions - Commercial Items'', is hereby included by reference. The following are addenda to FAR clause 52.212-4: (1) The following FAR clauses are hereby incorporated by reference, pursuant to FAR clause 52.252-2, ``Clauses Incorporated by Reference''; 52.203-3, ``Gratuities''; 52.217-5, ``Evaluation of Options''; 52.224-1, ``Privacy Act Notification''; 52.224-2, ``Privacy Act''; 52.225-11, ``Restrictions on Certain Foreign Purchases''; 52.228-5, ``Insurance-Work on a Government Installation'' (the following minimum amounts of insurance are required: (1) Worker's Compensation and Employer's Liability: $100,000; (2) General Liability: $500,000 per occurrence for bodily injury liability; and (3) comprehensive Automobile Liability: $200,000 per person and $500,000 per occurrence for bodily injury, and $20,000 per occurrence for property damage); 52.232-17, ``Interest''; 52.232-18, ``Availability of Funds''; 52.237-2, ``Protection of Government Buildings, Equipment and Vegetation''; and 52.237-3, ``Continuity of Services''. The following FAR clauses are hereby incorporated into this solicitation/contract by full text: 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 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 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days of the expiration of the contract year.; 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 one day of the ensuring option period; provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary 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. Justice Acquisition Regulation clauses 2852.279-70, ``Contracting Officer's Technical Representative'', is hereby incorporated in full text, (a) Ms. Laurie Moore of the Education Department, FCI, Safford, AZ, (503) 843-4442, Ext. 182, is hereby designated to act as Contracting Officer's Technical Representative (COTR) under this contract. (b) 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 invoices to the payment office and a conformed copy to the Contracting Officer. (c) The COTR does not have 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 of the agreement. If as 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 and signed. (iv) 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: 52.2036, ``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, Small Disadvantaged and Women-Owned Small Business Concerns''; 52.222-26, ``Equal Opportunity''; 52.222-35, ``Affirmative Action for Special Disabled and Vietnam Era Veterans''; 52.222-36, ``Affirmative Action for Handicapped Workers''; 52.222-37, ``Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era''; and 52.225-19, ``European Union Sanction for Services''. The following terms and conditions are hereby incorporated: Institution Security Requirements: In accordance with Federal Bureau of Prisons Program Statement 3000.02 (Human Resources Manual), contract employees entering the institution will be subject to the following investigative procedures, prior to performance: NCIC Check (National Crime Information Center); DOJ-99 (Name check); FD-99 (Fingerprint Check); Law Enforcement Agency Checks; Vouchering of Employers over past 5 years; Personal Qualifications Statement; OPM-329-A (Authority for Release of Information); and a Urinalysis Test (positive results will result in disallowance of an individual to perform under this contract). The contractor and instructors agree to adhere to all regulations prescribed by FCI Safford for the safety, custody, and conduct of inmates. The instructors shall attend an orientation program prior to assuming institutional involvement. Reimbursement tot he contractor for the time spent in institution security orientation or other periodic security related training will be at the pro rata session price. Bids in original and one copy must be received at the following location: Federal Bureau of Prisons, Western Regional Contracting Office, 6600 Goodfellow Street, Dublin, CA 94568, by 2:00 p.m. local time, October 4, 1996. All bids shall be clearly marked with the bidders name and IFB number. For additional information, questions, and availability of forms, please contact Celestine J. Faurie at (510) 803-2773. (262)

Loren Data Corp. http://www.ld.com (SYN# 0068 19960924\R-0001.SOL)


R - Professional, Administrative and Management Support Services Index Page