|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 14,1998 PSA#224199th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191-7063 U -- CHILD AND INFANT CPR, FIRST AID, AND RESCUE BREATHING TRAINING AT
CHILD DEVELOPEMENT CENTERS 1 & 2, NELLIS AFB, NV SOL F26600-99-Q0229
DUE 121698 POC Darryl J. Denis, Contracting Specialist, (702) 652-2099,
Fax (702) 652-5405 WEB: Nellis Contracting Homepage,
http://www.nellis.af.mil/units/99cons. E-MAIL: E-mail Address,
darryl.denis@nellis.af.mil. Description: This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This solicitation is reserved for
small business concerns only. This announcement constitutes the only
solicitation; request for proposal (RFP) and a written solicitation
will not be issued. This solicitation (F26600-99-Q0229) is issued as a
Request for Quotation (RFQ). The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-05. The SIC for this solicitation is 8331. The
item description is non-personal service to provide all labor,
equipment, tools, material, supervision, transportation and other
necessary items to perform the following: on-site training for
pediatric and infant Cardiopulmonary Resuscitation, First Aid, and
Rescue Breathing. Training will be conducted for employees and
volunteers at the Child Development Center (CDC) 1, Bldg. 601, 5690
Rickenbacker Rd., Nellis AFB, NV 89191-7053, and CDC 2, Bldg. 600, 4207
Duffer Dr., Nellis AFB, NV 89191-7053, located 7 miles north of Las
Vegas on Highway 93. The commercial service provider shall train
students in accordance with commonly accepted commercial practices and
provide all expendable supplies and accessories, training materials,
audio-visual aids, and training aids. CDC 1 & 2 Training and Curriculum
Specialists will schedule classes with the service provider. All
classes will be scheduled at least one week prior to class start date
and will be held on Saturdays, but may be held during normal work week.
Classes must be completed in one (1) day. Class sizes for CDC 1 & 2
will range from five (5) to fifteen (15) students. Training will
include a certification card to be carried by the student, and be valid
for a minimum of one (1) year. Offerors will provide price quotes on
the following items: Base Period, 1 JAN 99 30 SEP 99: CLIN 0001AA
Individual Training for 120 students a year at CDC 1; CLIN 0001AB
Individual Training for 180 students a year at CDC 2. Offerors will
also quote on the following services for four (4) additional option
years. Option year one (1), 1 OCT 99 30 SEP 00: CLIN 0002AA Individual
Training for 120 students a year at CDC 1; CLIN 0002AB Individual
Training for 180 students a year at CDC 2. Option year two (2), 1 OCT
00 30 SEP 01: CLIN 0003AA Individual Training for 120 students a year
at CDC 1; CLIN 0003AB Individual Training for 180 students a year at
CDC 2. Option year three (3), 1 OCT 01 30 SEP 02: CLIN 0004AA
Individual Training for 120 students a year at CDC 1; CLIN 0004AB
Individual Training for 180 students a year at CDC 2. Option year four
(4), 1 OCT 02 30 SEP 03: CLIN 0005AA Individual Training for 120
students a year at CDC 1; CLIN 0005AB Individual Training for 180
students a year at CDC 2. Quotations should be firm fixed price that
includes all costs necessary to perform the service. The provision at
FAR 52.212-1, Instruction to Offerors-Commercial, applies to this
solicitation. The clause at Far 52.212-2; Evaluation of Commercial
items, applies to this solicitation. Award will be made to the
responsive, responsible offeror whose offer represents the best value
to the Government based on technical capability, price and past
performance. The following Clauses apply to this solicitation: FAR
52.217-5 Evaluation of Options in Solicitations; FAR 52.217-9 Options
to Extend The Term of the Contract; FAR 52.232-19 Availability of Funds
of the Next Fiscal Year. The government will evaluate options for award
purpose by adding the total price of the option year to the total price
for the basic requirement for the total two-year period. The government
may determine that an offer is unacceptable if the option prices are
significantly unbalanced. Evaluation of options shall not obligate the
government to exercise the options. The Government may extend the term
of this contract by written notice to the contractor within 30 days of
the expiration of the contract, provided that the Government shall
give the contractor a preliminary notice 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 58 months. Prices to the government
shall be as low as or lower than those charged to the contractor's
most favored customer, in addition to any discounts for prompt payment.
Work performed shall consist of all training required during the terms
of the contract. The service shall be available at the designated
times as scheduled by authorized CDC personnel, except in circumstances
beyond the provider's control. In all cases of service
non-availability, the service provider will contact the Governments
Representative not less than 24 hours in advance. The Gov. Rep. is the
primary individual designated to participate in the administration of
this contract to insure that contractor's compliance with its
technical requirements, including inspection and acceptance of the
service for the government at the performance sites. For this service
agreement the Gov. Rep. is the Training and Curriculum Specialists at
CDC 1, (702) 652-9730 & CDC 2, (702) 652-5885. Work performed shall be
in accordance with accepted commercial practice as shall all functions
outlined in the service provider's service contract. The service
provider shall be responsible for maintaining current training
materials in accordance with commonly accepted medical procedures. A
work day shall be construed as the normal eight (8) hour work day of
the ordering agency within a work week, Monday through Friday, except
federal holidays. Normal work hours for Nellis AFB, NV are 7:30 AM --
4:30 PM. This contract prescribes Saturday classes during normal work
hours. Personnel authorized to request/receipt for service calls: Only
CDC 1 & 2 Training and Curriculum Specialists are authorized to
place calls/ to inspect and accept the vendors work. Only the
Contracting Officer can obligate the government. Authorized
representatives may represent the government only to the extent
authorized in writing. The Government will not be responsible for calls
placed by individuals other than those authorized by the Contracting
Officer. Water, electricity, and audio-visual equipment are available
at the job site and may be utilized by the contractor, at no cost, in
quantities necessary to perform the work herein. Training provider is
required to submit a service call report. Their service report must be
prepared to verify the performance of training calls. The report must
include the name of the person performing the service; class taught,
number of students taught, date and signature of the authorized CDC 1
& 2 personnel, and the contract number. The Contractor assumes full
responsibility for damage done to government property during
performance of this purchase order. Removal of any government owned
property from Nellis AFB, NV is not authorized. FAR 52.246-4 Inspection
of Services Fixed price (Aug 1996) applies to this solicitation and
subsequent award. The contractor's invoice shall show:
Contract/Purchase Order Number; Billing Period; Amount; Name of
Service; Service History for the Billing Period. Invoices shall be sent
to: Child Development Center (CDC) 1, Bldg. 601, 5690 Rickenbacker Rd.,
Nellis AFB, NV 89191-7053, and CDC 2, Bldg. 600, 4207 Duffer Dr.,
Nellis AFB, NV 89191-7053 for services performed at each location.
Permission for contractor personnel and vehicles to enter the
installations is subject to the approval of the Security Police.
Request for vehicle & ID passes will be submitted to 99 CONS/ LGCV. It
must contain name, social security number and two photo ID of the
individual(s) and make/model/year/color and license number of vehicle.
The clause at 52.212-3 Offeror Representations and
Certifications-Commercial Items, applies to this solicitation. Offerors
who fail to submit a completed Representations and Certification may be
considered non-responsive. The clause at FAR 52.212-4 Contract Terms
and Conditions-Commercial items applies to this solicitation. The
clause at FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statues or Executive Orders-Commercial items, applies to this
solicitation. Specifically, the following cited clauses are applicable
to this solicitation: Far 52.222-3 Convict Labor, Far 52.233-3 Protest
After Award, FAR 52.222-37 Equal Opportunity, FAR 52.222-35 Affirmative
Action for Disabled Veterans and Veterans of the Vietnam Era, Far
52.222-36 Affirmative Action for Workers with Disabilities, FAR
52.222-37 Employment Reports on Special Disabled Veterans on the
Vietnam Era, and FAR 52.222-42 Service Contract Act of 1965 as amended.
In compliance with the Service Contract Act of 1965, and the
regulations of the Secretary of Labor, this clause identifies the
classes of service for employees expected tobe employed under the
contract and states the wages and fringe benefits payable to each if
they were employed by the contracting agency subject to the provisions
of 5 USC 5341 or 5332. The following clause also apply to this
solicitation FAR 52.222-42 Statement of Equivalent Rates for Federal
Hires, DFARS 252.204-7004 Required Central Contract Registration, DFARS
252.232-7009 Payment by Electronic Funds Transfer. For solicitations
after 1 Jun 98 all contractors are required to be registered in the
Central Contractor Registration (CCR) database to receive a DOD award
or payment. Lack of registration in CCR will make an offeror ineligible
for award. Information concerning FAR clauses can be obtained at
http://farsite.hill.af.mil. A copy of the combined
synopsis/solicitation, wage determination, Representations and
Certifications, Bid Schedule, and FAR 52.212-3 are located at the 99th
Contracting Squadron Homepage http://www.nellis.af.mil/units/99cons.
Contact Contracting Specialist, SSgt. Darryl Denis (702) 652-2099 or
e-mail darryl.denis@nellis.af.mil for information regarding this
combined synopsis/solicitation. Telephone requests will be accepted.
For contractors accessing the solicitation through the Internet,
amendments will be posted on the effected solicitation page. In
addition, it is their responsibility to check the 99th Contracting
Homepage and CBD daily for any amendments that are issued. A
solicitation package will be available for review at the contracting
office. The solicitation will be available for downloading and viewing
on the Internet, reference the provided site address. Required Central
Contractor Registration: for solicitation (and resultant awards) issued
after 1 June 98 all contractors are required to be registered in the
Central Contractor Registration (CCR) database. In order to register,
the contractor must have a DUNS# (available @ (800) 333-0505).
Registration via Internet at http://ccr.edi.dis.mil takes approximately
48 hours, all other methods take approximately 30 days. Quotes must be
submitted in writing, signed and dated, to the 99th Contracting
Squadron/LGCV, Attn: SSgt. Denis, 5865 Swaab Blvd, Nellis AFB NV
89191-7063 or by fax to (702) 652-5405. Faxed quotes are acceptable.
Offerors are reminded to include Representations and Certifications
document, Tax Identification #, and DUNS #. All responsible sources may
submit a quote, which if timely received will be considered by this
agency. Defense Priorities and Allocations System (DPAS) assigned
rating: DO S10. Offers are due no later than close of business 4:30 pm
(PST) on 16 December 98. Wage Determination No. 94-2331 Rev (11) Area:
NV, Las Vegas, will be applied to this contract after resulting award.
Posted 12/10/98 (W-SN279382). (0344) Loren Data Corp. http://www.ld.com (SYN# 0108 19981214\U-0007.SOL)
U - Education and Training Services Index Page
|
|