Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 24,2000 PSA#2543

Federal Bureau of Prisons, Western Regional Office -- Contracting, 6600 Goodfellow, Dublin, California 94568

U -- ADVANCED OCCUPATIONAL COMPUTER INSTRUCTOR/VOCATIONAL TRADE COMPUTER SERVICES, FCC LOMPOC, CA 93436 SOL RFQ-279-0023 DUE 030300 POC Contact Point, Ricky R. Harold, Regional Contract Specialist, (925)803-2777. E-MAIL: RFQ-279-0023 Computer Instruction Amendment 001, rharold@bop.gov. 17. 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document Request for Quotes (RFQ) 279-0023 and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation Circular 97-15. This procurement is being advertised as full and open competition, utilizing the small business standard industrial classification code 8243. This is the first amendment to this combined synopsis/solicitation. (A)Schedule: The Contractor(s) shall provide services for a (VT Computer Instructor) and a (Advanced Occupational Computer Instructor) in the specialities of Computer Science for the Federal Correctional Institution, 3600 Guard Road, Lompoc, CA 93436 for a Base Year and four one year option periods. Pleaseprovide a separate price per session for VT Computer Instructor (session is 3 hours in length), there will be approximately 350 sessions for this position per year; Advanced Occupational Computer Instructor (session is 3 hours in length), there will be approximately 134 sessions for this position per year, please provide these prices separately for the Base Year, Option Period One, Option Period Two, Option Period Three, and Option Period Four. The period of performance for both the VT Computer Instructor and Advanced Occupational Computer Instructor are as follows: The Base Year of the contract shall be from Date of Award through (12) twelve months; Option Period One: (13) thirteen months through (24) twenty-four months; Option Period Two: (25) twenty-five months through (36) thirty-six months; Option Period Three: (37) thirty-seven months through (48) forty-eight months; and Option Period Four: (49) forty-nine months through (60) sixty months. Pursuant to FAR 17.203(d), bidders may offer varying prices foroption periods. (B)Statement of Work: Purpose:(1) VT COMPUTER INSTRUCTOR; The professional computer services instructor will have appropriate credentials and experience in the instruction of application software. The instructor will provide academic instruction for inmates who are interested in obtaining computer skills. The contractor shall have a minimum of one year classroom teaching experience. Must possess ability to teach Windows NT, WordPerfect 8.0, Quarto Pro 8, Paradox, Corel Draw v.8.0, Aldus Pagemaker v.6.0 and Autocad v.14. (2) ADVANCED OCCUPATIONAL COMPUTER INSTRUCTOR; The professional academic instructor will have appropriate credentials and experience in the instruction of application software. The instructor will provide instruction to inmates who are deficient or needing improvement in computer skills. Contractor shall have a minimum of one year classroom experience. Must be able to teach Microsoft Excel, Word 6, Access and Power Point. The course of instruction will provide at a minimum two(2) college credit hours. Formal accreditation must be with any 2 or 4 year Nationally recognized college. Any offeror who provides creditable affiliation with or creditable course curriculum will meet this requirement. Correctional experience is desired but not mandatory for both positions. (i)Place of Performance: The place of performance will be the Federal Correctional Institution located at 3600 Guard Road, Lompoc, CA, 93436. (ii)Schedule: The VT Computer Instructor Services to be provided three times per week for fifty-two weeks every Monday, Wednesday and Friday (excluding Federal holidays). There will be 6 sessions a week with two three-hour sessions each day from 7:30AM to 10:30AM and 12:30PM to 3:30PM. The Advanced Occupational Computer Instructor Services will be held in one three hour session, three times a week for fifty-two weeks. The classes are scheduled for Tuesday -- Wednesday and Thursday from 6:00PM to 9:00PM (excluding Federal holidays). (iii)Supplies: All supplies that the contractor(s) may routinely need for academic materials at the institution will be provided by the Educational Department (ED). (iv)Method of Performance: The service provided, being professional in nature will be provided in the method as considered normal in the local community. Both of these services, although not directly supervised, will be reviewed by Supervisor of Education of the Institution. The performance of these services will also be verified by the designated Contracting Officer Technical Representative (COTR). (v) Management: The contractor will be responsible for recording records of attendance and entering on the transcript of the inmate's education file pertinent data concerning enrollment dates, hours of instruction and completion or withdrawal dates. All educational records remain the property of the Federal Bureau of Prisons. This contract is a nonpersonal educational services contract; the Government may evaluate the quality of professional and administrative services provided, but retains no control over the management of the curriculum and its implementation, professional aspects of services rendered (e.g., professional judgments etc.); the contractor will indemnify the Government for any liability producing act or omission by the contractor(s), its employees and agents occurring during contract performance; the contractor will maintain liability insurance, in an amount which is not less than the amount normally prevailing within the local community of Lompoc, California, for instructional computer services; the contractor(s) are required to ensure that its subcontracts for provisions of educational services, contain the requirements of the clause at 52.228-5, Insurance -- Work on a Government Installation providing liability insurance. This 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. (C)Clauses/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) Paragraph (e) "Multiple Offers", has been determined by the Contracting Officer to be applicable to this solicitation and is incorporated in this requirement. (3)Evaluation Factors for Award: Offerors are advised that quotes shall be evaluated without discussions. Award will be made to the responsible offer whose quote is responsive to the items of the RFQ and is the best value to the government in terms of trade-off between price, educational merit and past performance. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.(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 offeror provide information on a reasonable number of recent and relevant contracts for the same or similar items, as well as the offeror'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:, is hereby incorporated by reference. (5) 52.215-5, Facsimile Proposals', 52.216-1, Type of Contract', are hereby incorporated by reference. (ii)FAR Provision 52.212-3, "Offeror Representations and Certifications -- Commercial Items", shall be completed and submitted with the offer. (iii)FAR Provision 52.233-2,"Service of Protest", is hereby added a)Protests, as defined in section 33.101 of the FAR 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 N.W., Washington, D.C. 20534, (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"; 52.204-1 Approval of Contract', This approval is subject to review by the Regional Chief, Procurement and Property prior to award, Ordering' 52-216-18, Order Limitations' 52-216-19, 52-216-21 Requirements', 52.223-5, Pollution Prevention and Right-To-Know Information, 52.224-1, "Privacy Act Notification"; 52.224-2, "Privacy Act"; 52.225-11, "Restrictions on Certain Foreign Purchases"; 52.225-11, "Insurance -- Work on a Government Installation"; 52.217-5, "Evaluation of Options"; 52.232-17, "Interest"; 52.232-18, "Availability of Funds"; 52.237-2, "Protection of Government Buildings, Equipment, and Vegetation"; 52.237-3, "Continuity of Services"; 52.242-15, "Stop-Work Order"; 52.248-1, "Value Engineering". The following FAR Clauses are hereby incorporated into this solicitation/contract by addenda: 52.217-8, "Option to Extend Services": The Government may require continued performance of any services within the limits and at the rates specified in the contract. 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 30 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, that the Governmentshall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. JAR Clause 2852.279-70, "Contracting Officer's Technical Representative", is hereby incorporated in full text, (a) Michael Baca, Supervisor of Education, Education Department, Federal Correctional Institution, Lompoc, California, is hereby designated to act as Contracting Officer's Technical Representative (COTR) under this contract. (b)The COTR is responsible for: receiving all deliverables; inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this 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 tothe Contracting Officer. (C)The COTR does not have authority to alter the General Provisions clause entitled "Changes," and/or modify any of the expressed terms, 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. JAR Clause 2832.11, Electronic Funds Transfer, Upon final award of this contract the Contractor has 30 days to establish the Electronic Funds Transfer information for receiving government payments. (iv)Far Clause 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items", hereby applies to this acquisition. In accordance with FAR Clause 52.212-5, the following clauses are hereby incorporated by reference: 52.219-8, "Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns"; 52.219.23, "Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns Alternate 1"; 52.222-21," Prohibition of Segregated Facilities"; 52.222-26, "Equal Opportunity"; 52.222-35, "Affirmative Action for Special Disabled and Vietnam Era Veterans"; 52.222-36, "Affirmative Action for Handicapped Workers"; 52.222-37, "Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era"; 52.225-18, "European Union Sanction for End products"; 52.232-34, "Payment by Electronic Funds Transfer -- Other than Central Contractor Registration"; 52.232-36, "Payment by Third Party". The following terms and conditions are hereby incorporated: Security Requirements: In accordance with Program Statement 3000.02, 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-258 (Fingerprint Check); Law Enforcement Agency Checks; Vouchering of Employers; Resume/Personal Qualifications; OPM-329-A(Authority for Releaseof Information); and a Urinalysis Test (positive results will result in disallowance of an individual to perform under this contract). Offers may be adjusted from the original submission if deemed necessary by the offeror. All offers shall be received at Bureau of Prisons, Western Regional Contracting Office, 6600 Goodfellow Street, Dublin, CA 94568, Attention Ricky R. Harold, Regional Contracting Officer, by 4:00 PM local time, on Friday, March 3, 2000. All offerors shall be clearly marked with the offerors name and RFQ number. For additional information, questions, and availability of forms, please contact Ricky R. Harold, Regional Contracting Officer, at 925-803-2777.***** Posted 02/22/00 (W-SN427339). (0053)

Loren Data Corp. http://www.ld.com (SYN# 0076 20000224\U-0002.SOL)


U - Education and Training Services Index Page