Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 14,1998 PSA#2241

99th 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