Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1999 PSA#2411

Department 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