Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 19,1997 PSA#1805

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

U -- CULINARY ARTS INSTRUCTION IN FOOD PREP I, II, AND III SOL 148-3687 DUE 040497 POC Diana Parr, Contract Specialist, (510) 803-2788. 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 for bids. A written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45. 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 (Annual). (A) Schedule: the contractor shall provide educational services i.e., culinary arts instruction in Food Preparation I, to be followed by instruction in Food Prep II and III (11.5 units each). Place of Performance: Federal Correctional Institution, Terminal Island, CA 90731 (FCI). Class size will be approximately 25-30 inmates. Contractor to provide services to include: (1) Classroom Instruction in Education Department at the FCI on Monday, Wednesday and Friday evenings from 6:30 p.m. to 8:30 p.m. or hours agreed upon; (2) Lab hours, Tuesday and Thursday afternoons 1:30 p.m. to 3:30 p.m., (or as agreed). Lab to be held in the Food Service Department, at the FCI. Prices will be submitted on a per session basis for one line item, a session being two hours, and one line item to include both class and lab sessions. Food Prep I will include 180, two-hour classroom sessions; and, 45, two-hour laboratory sessions. Session breakdown also applies to Food Prep II and II. Registration fees and classroom materials will be included in the contract price. Prices will be submitted separately for the base year and each option period (described as follows). Period of Performance for the base year will be April 11, 1997 or date of award through 9/30/97 (120 sessions). Option Period One will be from 10/1/97 through 9/30/98 (225 sessions). Option Period Two will be from 10/1/98 through 9/30/99 (225 sessions). Option Period Three will be from 10/1/99 through contract completion or 9/30/00 (105 sessions). (B) Statement of Work: The Bureau of Prisons intends to make an award to a post-secondary educational institution which meets the requirements of this solicitation. The contractor shall make available, on a non-discriminatory basis, a culinary arts class in Food Preparation I, II and III (11.5 units, 450 hrs. each), in accordance with the requirements of this solicitation and the rules and procedures of the Bureau of Prisons and the FCI, and all applicable Federal, State and Local laws and regulations in effect during the contract term. The Bureau of Prisons has the sole discretion to determine the contractor's compliance with the contract. The contractor must be a community or junior college, listed in the directory entitled Accredited Institutions of Higher Education, Western Association of Schools and Colleges. All contractor staff assigned to provide instructional services as part of the contract must have certification in the culinary arts field and must possess one of the following criteria: (1) a Masters degree, (2) a Bachelor's degree and 2 years related industry work experience; or, (3) an AA/AS degree and 5 years related industry work experience. Prior teaching experience also required. The contractor shall provide a curriculum leading to an AS degree in culinary arts, during the contract period. Classes will be conducted at the FCI, Terminal Island, CA. Contractor will provide student kits, textbooks, and class materials (to be included in the contract price). Contractor to provide services to include: classroom instruction and lab hours, as specified in the above schedule. Hours will be as close to those outlined above and as agreed to by the Supervisor of Education and the Food Service Administrator. Students will be selected by the Supervisor of Education and the Food Service Administrator and shall be required to have a verified high school diploma GED, or concurrent enrollment in GED classes. The designated Contracting Officer's Technical Representative (COTR) is hereby incorporated in full text: Joan Seifert, Supervisor of Education, is designated to act as COTR under this contract. The COTR is responsible for: receiving all deliverables; inspecting and accepting the supples or services provided hereunder in accordance with the terms and conditions of the 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. The COTR does not have authority to alter the contractor's obligations under the contract, direct changes that fall with the purview of the General Provisions clause entitled, "Changes," and /or modify any of the expressedterms, 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. Academic schedules proposed in accordance with the above will apply except in the event of institutional emergencies. In the event of an emergency, classes may be delayed or canceled. Any necessary re-scheduling will be coordinated with the COTR. In the event of the primary instructor's absence, the contractor shall provide pre-approved and qualified personnel to act as an alternate instructor, or additional session(s) will be added to complete course curriculum. Contractor will take attendance daily on roll sheet provided by the FCI, noting and reporting all absences. The roll sheet will be turned in to the evening education supervisor at the conclusion of each class. Any inmate who misses two classes will be dropped from the program. The contractor will be required to maintain attendance, students' progress in class, and monthly performance evaluations. All educational records will remain the property of the 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 or 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. All contractor personnel expected to provide contractual services under this contract shall attend a four-hour orientation program on safety/security procedures for the institution/FCI. The contractor and instructor(s) shall adhere to all regulations prescribed by the FCI for the safety, custody and conduct of inmates. Reimbursement to the contractor for time spent in institutional security orientation or other periodic security-related training will be at the pro rata session price. The contractor/instructor(s) shall provide documentation to evening education supervisor with respect to any violation of institutional regulations by any student under his supervision. The following terms and conditions 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). (C) Clauses and Provisions: (I) Far Clause 52.212-1, "Instructions to Offerors-Commercial," is hereby included by reference. The following are addenda to FAR Clause 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) Evaluation Factors for Award: Bidders are advised that bids shall be evaluated without discussions. Award will be made to the responsible bidder whose bid is responsive to the items of the Invitation for Bid (IFB) and is most advantageous to the Government, considering only price and price-related factors, if any, as specified in the solicitation. (4) 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, and any other relevant information). The following provision is hereby incorporated into this solicitation and resulting contract as an addendum to FAR Clause 52.212-1: FAR Provision 52.214-10, "Contract Award-Sealed Bidding", is 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 NW., Washington, DC 20534, (b)The copy of any protest shall be received in the office designated above within one date of filing a protest with the GAO. (iii) FAR Clause 52.212-4, "Contract Terms and Conditions-Commercial Items," hereby applies to this acquisition. 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"; 52.232-18, "Availability of Funds"; 52.237-2, "Protection of Government Buildings, Equipment, and Vegetation"; 52.237-3, "Continuity of Services". The following FAR Clauses are hereby incorporated into this solicitation/contract by full text: 52.217-8, "Optionto 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 ensuing option period; provided, 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 does not commit the Government to an extension. 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, April 4, 1997. All bids shall be clearly marked with the bidders name and IFB number. For any inquiries, clarification, additional information, availability of forms, please contact Diana Parr at 510/803-2788. (0076)

Loren Data Corp. http://www.ld.com (SYN# 0089 19970319\U-0003.SOL)


U - Education and Training Services Index Page