|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1999 PSA#2411Department of the Air Force, Direct Reporting Units, 11th CONS, 110
Luke Avenue, Building 5681, Bolling AFB, DC, 20332-0305 U -- SUPPORT FOR THE GENERAL OFFICER MANAGEMENT COURSE SEMINAR SOL
F49642-00-R0002 DUE 090699 POC Patti Reger, Contract Specialist, Phone
202-767-7944, Fax 202-767-7814, Email patti.reger@bolling.af.mil --
Diane Dade, Contract Specialist, Phone 202-767-7939, Fax 202-767-7812,
Email WEB: Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F49642-00-R00
02&LocID=207. E-MAIL: Patti Reger, patti.reger@bolling.af.mil. This is
a combined synopsis/solicitation for commercial items and services
prepared in accordance with the format in FAR Subpart 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being
requested and a written solicitation will not be issued. This
solicitation number F49642-00R0002 is issued as a request for proposal
(RFP) and will result in a firm fixed type contract for a base period
of 1 Oct 99 through 30 Sep 00 with two one-year option periods. Award
will be made on an all or none basis. Incorporated provisions and
clauses are those in effect through Federal Acquisition Circular (FAC)
97-12. This acquisition is being acquired on a 100% Small Business
Set-Aside. The SIC code is 8299 and the small business size standard is
$18.5 Million. The contract line items numbers and descriptions are:
CLIN 0001 _ Support Services for the Air Force Chief of Staff General
Officer Career Management Seminar In Accordance With(IAW) the
Performance Work Statement (PWS) and Contract Data Requirements List
(CDRL) (AF Form 1423) for the period of 1 Oct 99 through 30 Sep 00, 3
EA (Conferences); CLIN 0002, Support Services for the Air Force Chief
of Staff General Officer Career Management Seminar IAW the PWS and CDRL
(AF Form 1423) for the period of 1 Oct 00 through 30 Sep 01, 3 EA
(Conferences); CLIN 0003, Support Services for the Air Force Chief of
Staff General Officer Career Management Seminar IAW the PWS and CDRL
(AF Form 1423) for the period of 1 Oct 01 through 30 Sep 02, 3 EA
(Conferences). Description of Requirement/ PWS: The contractor shall
provide all personnel, equipment, materials, supervision, and other
items and services necessary to perform an informative Career
Management Seminar for U.S. Air Force General Officers as defined in
this PWS. The contractor shall perform to the standards in this
contract. CONTRACTOR PERSONNEL: Contract Manager. The contractor shall
provide a contract manager who shall be responsible for the
performance of the work. The name of this person and an alternate who
shall act for the contractor when the manager is absent, shall be
designated in writing to the contracting officer prior to the contract
start date. The contractor personnel must possess the following
minimum qualifications: A. Must be present the entire seminar. B. Must
have a Master's Degree in any subject area. C. Must have a minimum of
three years experience counseling general officers or senior corporate
executives, specifically related to out-placement services. D. Must
have had prior senior military officer duty (0-6 or higher, active or
reserve) or have briefers who do. E. Must have had a minimum of ten
years active duty military leadership experience. F. Must have a
minimum of five years experience as a senior executive in a public or
private corporation. The contract manager shall have full authority to
act for the contractor on all contract matters relating to daily
operation of this contract. The contract manager shall be available
during normal duty hours to meet gov_t personnel to discuss urgent
contract issues. The contract manager and alternate or alternates must
be able to read, write, speak, and understand the English language.
The contractor shall not employ persons for work on this contract if
such employee is identified to the contractor by the contracting
officer as a potential threat to the health, safety, security, general
well-being, or operational mission of the installation and its
population. Contractor personnel shall present a neat appearance and be
easily recognized as contractor employees. The contractor and all
briefers should be dressed in professional business attire at all
times. The contractor shall not employ any person who is an employee of
the United States Gov_t if employing that person would create a
conflict of interest or the appearance of a conflict of interest.
Additionally, the contractor shall not employ any person who is an
employee of the Department of the Air Force, either military or
civilian, unless such person seeks and receives approval according to
DoDR 5500.7, Joint Ethics Regulations. The contractor shall not employ
any person who is an employee of the Department of the Air Force if
such employment would be contrary to the policies in AFI 64-106, Air
Force Industrial Labor Relations Activities. The contractor is
cautioned that off-duty active military personnel hired under this
contract may be subject to permanent change of station, change in duty
hours, or deployment. Military Reservists and National Guard members
may be subject to recall to active duty. The abrupt absence of these
personnel could adversely affect the contractor's ability to perform.
However, their absence at any time shall not constitute an excuse for
non-performance under this contract. CONTRACTING OFFICER'S
REPRESENTATIVE (COR): The Contracting Officer will designate a COR for
this contract at time of award. DEFINITIONS: Problems. Any
nonconformance with requirements specified in the PWS. Defective
Service. A service output that does not meet the standard of
performance specified in the contract for that service.
CONTRACTOR-FURNISHED ITEMS AND SERVICES: Except for those items or
services specifically stated as gov_t-furnished, the contractor shall
furnish everything needed to perform this contract according to all its
terms. The following mentioned requirements are not all inclusive of
the contractor-furnished items and services required in the performance
of this contract. The contractor shall: A. Develop and present a
curriculum that includes, but is not limited to, the following:
Pre-seminar survey form (to develop an audience profile), Career goals,
Psychological and job interests; Translating military background into
civilian terminology; Skills assessment; Personal Financial planning;
Spouse-focused issues; Resume preparation; Networking; Job search
methods; Proper civilian senior executive attire; Post-interview
actions; Case studies of general officers who have transitioned
successfully; Legal/policy constraints unique to general officers, and
Inclusion of select military speakers (coordinated with AFGOMO 30 days
prior). B. The contractor shall provide the seminar facility, including
setup and necessary support equipment, which includes all audiovisual
support, screens, view graph machine(s), flip charts, administrative
equipment, professional place cards (tent style), and name tags. This
equipment will be furnished during the entire period of the seminar
even for briefers not scheduled by the contractor. AFGOMO reserves the
right to also schedule briefers to fill time during this seminar. If
those scheduled by AFGOMO also require audiovisual support,
administrative equipment, etc., the contractor will be responsible for
providing this equipment as well. C. Facility size should be adequate
to seat approximately 15 participants and attending spouses (not to
exceed 35 people). The contractor shall provide (and include in the
total contract cost) light refreshments in the morning (i.e., coffee,
juice, assorted pastries) and in the afternoon (i.e. tea, soft drinks,
cookies, crackers, fruit). All menu items must be coordinated through
AFGOMO. D. Conduct career transition seminars as scheduled in this
PWS. Each seminar will be conducted over a consecutive five (5) day
period, normally starting with first day service-specific briefings and
financial overview (the day one briefers will be provided by AFGOMO,
but all audiovisual support for these briefers must be supplied by the
contractor details and requirements will be worked through AFGOMO).
The following days will include the contractor_s four (4) day seminar
portion. Each seminar will be approximately eight (8) hours per day.
All seminars will be conducted exclusively in the Washington D.C. area,
inside the beltway (location to be approved by AFGOMO). Each seminar
shall consist of approximately 15 general officers (and their spouses)
who are nearing or planning for retirement. AFGOMO will provide a list
of attendees to the contractor no later than thirty days prior to
seminar. E. The contractor shall develop and design a pre-seminar
survey. This survey shall be designed and mailed to all attendees
(twenty-one days prior to the seminar) to gather information from
seminar participants regarding career goals, retirement goals, special
interest, work experience, individual concerns, etc. The contractor
shall mail pre-seminar surveys to participants prior to the seminar so
that results from surveys may be incorporated into the seminar
material. F. Concurrent with the seminar, the contractor shall conduct
an individual counseling session with each seminar participant (and
spouse, as applicable). These counseling sessions shall include the
following, as a minimum: 1. In-depth resume critiques with the goal of
near final results, 2. An assessment of each participant's skills and
experiences to identify professional "strengths" to highlight/stress
in the job search process, 3. An in-depth review of the results of
psychological and job interest/aptitude inventory administered by the
contractor to direct participant into areas of interest and
qualification. G. The contractor shall develop and design a
post-seminar evaluation form as a means of determining course
effectiveness. This evaluation shall include topics such as
determination of overall course effectiveness, strong points,
suggestions for seminar improvement, weak points, general comments,
etc. H. The contractor shall provide up to two hours of "follow-on"
services (telephonic or in person) for each seminar participant for a
period not to exceed six (6) months following seminar completion.
Follow-on services provided by the contractor shall be measured in
increments of ten minutes and shall not exceed two hours per person.
Follow-on services provided in excess of two hours are not chargeable
to the gov_t. Possible follow-on topics include, but are not limited
to: Skills assessment, Resume and cover letter updates, Job search
methods, including professional employment services/advertisements,
Interviewing techniques, and Civilian salaryscales and salary
negotiations. I. The contractor shall develop and design a
"post-seminar report" based on the results of the seminar evaluation
responses. The contractors post-seminar report shall address evaluation
responses including "lessons learned" and proposed corrective action
when deficiencies have been identified. J. The contractor shall submit
a monthly report listing the number of seminar participants requesting
"follow-up" counseling services as set forth in this contract and the
number of hours per participant. Report information shall be grouped
according to the seminar the participants attended. Reports shall be
submitted to AFGOMO. All interested parties are to request a copy of
the Schedule and Contract Data Requirements List (DD Form 1423-2) prior
to submitting your offer. Award date is expected to be 1 October 1999.
Offerors shall provide back-up information supporting the price
offered. This could take the form of the most recent catalog price
list, information on contracts for similar services, etc. The following
FAR Clauses apply to this acquisition: FAR 52.212-1, Instructions to
Offerors-Commercial Items, and FAR 52.212-2 Evaluation -- Commercial
Items, are incorporated by reference and apply to this acquisition.
Offerors shall include a completed copy of the provision at FAR
52.212-3, Offeror Representation and Certifications -- Commercial Items
and DFAR 252.212-7000 Offeror Representations and
Certifications-Commercial Items with its offer. These clauses are
available for download at http://farsite.hill.af.mil/reghtml/far/far1
toc.htm. The FAR Clause 52.212-4, Contract Terms and Conditions --
Commercial Items is hereby incorporated by reference. The clauses at
FAR 52.212-5 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders-Commercial Items apply to this
acquisition, specifically, the following cited clauses are applicable:
52.203-6 Restrictions on Subcontractor Sales to the Govt, Alt I;
52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations
on Subcontracting; 52.222-26 Prohibition of Segregated Facilities;
52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled
Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action
for Workers with Disabilities; 52.222-37 Employment Reports on Disabled
Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American
Act-Supplies; 52.232-33 Payment by Electronic Funds Transfer-Central
Contractor Registration. Additional FAR Clauses that are applicable
are: 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the
Term of the Contract (fill-ins (a) within 30 days; (c) 36 months),
52.223-11 Ozone Depleting Substances and 52.232-18 Availability of
Funds . The following DFAR provisions and clauses apply to this
solicitation and are incorporated by reference: 252.212-7001 Contract
Terms and Conditions required to Implement Statutes Applicable to
Defense Acquisitions of Commercial Items . Basis for Award: The Gov_t
will award a contract resulting from this solicitation tothe
responsible offeror whose offer conforming to the solicitation is most
advantageous to the Gov_t, price and other factors considered. The
evaluation will consider technical higher than price. The Gov_t will
evaluate offers for award purposes by adding the total price for all
options to the total price for the basic requirement. The Gov_t may
determine that an offer is unacceptable if the option prices are
significantly unbalanced. Evaluation of options shall not obligate the
Gov_t to exercise the option(s). Offerors should provide the proposed
technical approach to meet all requirements of the PWS. The evaluation
of the technical offers and resumes will be accomplished by a Technical
Evaluation Panel. An offer found deficient in the required technical
criteria may be considered unacceptable and rejected in its entirety.
Evaluators will assess the offers as either "acceptable" or
"unacceptable", defined as follows: (a) Acceptable: Offeror meets the
minimum standards as stated in the solicitation. (b) Unacceptable:
Offeror does not meet the minimum standards as stated in the
solicitation. The Gov_t reserves the right to award the contract
without initiating discussions. The proposal shall be signed by an
official authorized to bind the company. Offerors shall submit two
copies of their proposal and the Representations and Certifications
(FAR 52.212-3 and DFARS 252.212-7000) to Patti Reger (Contract
Specialist), 11 CONS/LGCN, by fax at (202) 767-7814. No telephone
inquiries will be accepted. Posted 08/13/99 (D-SN367580). (0225) Loren Data Corp. http://www.ld.com (SYN# 0129 19990817\U-0001.SOL)
U - Education and Training Services Index Page
|
|