Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 5,2000 PSA#2594

USPFO for Missouri, Purchasing and Contracting, 7101 Military Circle, Jefferson City, MO 65101-1200

U -- AUTOMATION TRAINING SOL DAHA23-00-T-0003 DUE 051800 POC heislenl@mo-arng.ngb.army.mil WEB: heislenl@mo-arng.ngb.army.mil, heislenl@mo-arng.ngb.army.mil. E-MAIL: heislenl@mo-arng.ngb.army.mil, heislenl@mo-arng.ngb.army.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 is issued as a Request for Proposal (RFP) and the solicitation number is DAHA23-00-T-0003. Solicitation document and incorporated provision and clauses are current through Federal Acquisition Circular 97-17. This is being solicited as a small business set-aside using SIC code 7379. Businesses are considered small if the last years annual gross receipts do not exceed $18 million. The period of performance is projected to be a one year period with one 6 month option period. If interested in this solicitation, send e-mail response to heislenl@mo-arng.ngb.army.mil and reference the solicitation number (DAHA23-00-T-0003)/Automation Training in the subject line. Thus, the sampleTask Order (cost proposal) will be sent to you. Questions on this solicitation must be submitted no later than 10 May 2000. This is an Indefinite-Delivery-Indefinite Quantity (IDIQ), contract utilizing Firm-Fixed Price Task Orders and Cost Reimbursable Travel in accordance with FAR 16.500. Total contract dollars placed against all Task Orders issued under the period of performance shall not exceed $950,000.00. The guaranteed minimum is $10,000.00. The contractor, acting as an independent contractor, and not as an agent of the Government, shall furnish all personnel, management, instruction manuals, class rosters/certificates, and critique sheets to provide various automation courses. Contractor to provide automation training to government employees at various government specified locations within the United States. These areas include Jefferson City, Missouri, Des Moines, Iowa, and Austin, Texas. The government will provide the hardware and classroom(s) for all instruction. Additionally, government provided lodging will be provided when possible. Government lodging at the Des Moines, Iowa site is $15.00 per night. Contractor shall be capable of providing qualified and certified instruction for all courses with a fifteen (15) day notification of class start time except for Cisco and Oracle courses (these courses will be given a 30 day notification of class start date). Contractor must be able to provide instruction for all courses; all courses will be resident, not self-study. Class size will be a minimum of 6 students and maximum of 16 students. Contractor is guaranteed billing for the minimum of 6 students per class regardless of actual class size. Contractor to bill for actual number of students in attendance at class (registered at start day of class) unless cost to government is less for the planned class size, then the planned class size will be billed. Contractor will instruct the following courses: 0001- Outlook 97 (3 days), 0002- Introduction to Microsoft Office 97 (5 days), 0003-Intermediate Microsoft Office 97 (5 days), 0004-Advanced Microsoft Office 97 (5 days), 0005 Microsoft Networking Essentials (578) (3 days), 0006- Administering Windows NT 4.0 (803) (3 days), 0007- Supporting MS Windows NT 4.0 Core Technologies (922) (5 days), 0008- Supporting MS NT Server 4.0 Enterprise Technologies (689) (5 days), 0009- Internetworking MS TCP/IP on Windows NT 4.0 (688) (5 days), 0010-Implementing a Database on MS SQL Server 7.0 (833) (5 days), 0011- Creating and Managing a Web Server using MS Internet Information Server 4.0 (936) (3 days), 0012- Advanced Cisco Router Configuration (5 days), 0013- Visual Basic 6.0 Development (1013), 0014-Visual Inter Dev 6.0 (1017) (5 days), 0015- Access 97 Power User (5 days), 0016- Access Visual Basic 97 (5 days), 0017- Mastering Microsoft Access 2000 Program (1300) (3 days), 0018- Building Client/Server App with Access 2000 (1379) (3 days), 0019- Interconnecting Cisco Networking Devices (5 days), 0020- Mastering Visual Basic 6 Fundamentals (1303) (5 days), 0021- Administering MSSystems Management Server 2.0 (827) (3 days), 0022- Illustrator 8.0 (2 days), 0023- Deploying and Supporting Systems Management Server 2.0 (828) (5 days), 0024- Quark X Press 4.0 (2 days), 0025- Photo Shop 5.5 (2 days), 0026- HTML I (2 days), 0027- HTML II (2 days), 0028- Pagemaker 6.5 (2 days), 0029-Excel 97 Power User (5 days). Similar courses may be incorporated if necessary. Course descriptions are available on www.microsoft.com, www.cisco.com, and www.oracle.com. The contractor will be responsible for the set up of the classrooms- assume ghosting (disk images) may occur at all sites. The government will provide on site maintenance. The classes will not be cancelled due to inclement weather. The actual number of students will not be known until the first day of class. The government will provide storage place for materials when training at Ike Skelton Training Site, Jefferson City, MO. Instructors are not responsible for making sure that the attendees meet the course prerequisites. The government may cancel a course not less than seven days prior to the start of course- the contractor may be entitled to an equitable adjustment if there are costs associated with the cancellation. Equitable adjustment for this action is that the contractor will be paid the cost of the course that was to be taught and airfare costs, if applicable. (Cost of the course is equal to the charges for conducting the specific course cancelled with the minimum number of students [minimum number of students is equal to six students]). If the contractor fails to provide qualified instructors or show up for the scheduled course, the government will make an equitable adjustment to the contract. Equitable adjustment for this action is that the contractor will not be paid for teaching the course and will reduce the total delivery order/contract by the cost of the course that he/she was to teach. . (Cost of the course is equal to the charges for conducting the specific course cancelled with the minimum number of students [minimum number of students is equal to six students]). The instructor is allowed to bring his/her computer to connect to network. Successful connection is not guaranteed by the government. The contractor will be provided access to the classroom prior to instruction in coordination with the Contracting Officer Representative (COR). The MS office 97 curriculum must be Microsoft certified. The vendor will provide lab equipment for Cisco router training. The vendor will provide 4500 series, mc3810, and 3600 series routers for the Cisco router training indicated. Prices to provide this equipment must be included in the per student price for the Cisco class. The Government intends to evaluate proposals and award a contract without discussions with offerors. The Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Should discussions be deemed necessary due to proposal weakness, deficiency, or other issues, which must be addressed before award, they will be conducted either orally or in writing, with only those offerors determined to be in the competitive range. The offeror will then be given the opportunity to correct those deficiencies and resubmit their offer. The Government will select the technically acceptable, low cost offeror. Cost will be evaluated by determining the low cost offeror on the sample Task Order. All offerors shall submit one copy of the following information: (1) Technical proposal addressing ability to provide qualified instruction on all classes and statement that offeror will provide certified instruction for all courses, experience instructing the specific classes, confirmation that all classes are resident courses, not self-study, ability to provide instructors at the government site, willingness to accept government provided lodging, and ability to execute instruction given a 15 day lead time or 30 day lead time for Oracle and Cisco (i.e. execute class in 15 days from date of award). Limit technical proposal to 8 pages. Additional pages will not be considered. (2) Cost proposal- include a firm-fixed price-PER STUDENT PRICE for all courses (0001 0036) based on a minimum guaranteed class size of 6 students and maximum of 16 students (sliding scale pricing is acceptable). Complete sample Task Order (provided via e-mail request to heislenl@mo-arng.ngb.army.mil) using your firm-fixed price per student prices and travel costs in accordance with the Joint Travel Regulation (3) Past Performance proposal- submit 3 references of similar work to include description of work, point(s) of contact, and telephone number. Include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications- Commercial Item. FAR Clause 52.212-4 Contract Terms and Conditions applies to this acquisition. FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- - Commercial Items applies to this acquisition. FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation applies to this acquisition. DFARS 252.212.7001 Contract Terms and Conditions to implement Statutes or Executive orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7001 & 252.225-7036 apply to this acquisition. on. The following contract clauses apply to this acquisition: FAR 52.202-1, FAR 52.203-6, FAR 52.203-7, FAR 52.204-4, FAR 52.216-18, FAR 52.216-24, FAR 52.216-25, FAR 52.217-9, FAR 52.222-41, FAR 52.223-13, and FAR 52.223-14. Department of Labor Wage Determinations No.94-2309 Rev 16, 94-2205 Rev 13, and 94-2504 Rev 10 apply to this solicitation. Proposals are due on 18 May 2000 at 1200 hours. Mail, fax, or electronic proposals (Electronic proposal must include signed cover letter endorsing the proposal that is provided) will be acceptable. Mail proposals to USPFO for Missouri, Purchasing and Contracting (Attn: Lisa Heislen), 7101 Military Circle, Jefferson City, MO 65101-1200. Fax number is (573)638-9576 or 9992. This solicitation is a small business set-aside. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 204.7302, prospective companies and agencies must be registered in Contractor Central Registration (CCR) prior to the award of a contract. Companies may register by using the following internet website: http://ccr.edi.disa.mil/ Posted 05/03/00 (W-SN450791). (0124)

Loren Data Corp. http://www.ld.com (SYN# 0098 20000505\U-0003.SOL)


U - Education and Training Services Index Page