Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 13, 2001 PSA #2829
ANNOUNCEMENTS

U -- U -- INFORMATION TECHNOLOGY TRAINING SERVICES

Notice Date
April 11, 2001
Contracting Office
Railroad Retirement Board, Bureau of Supply and Service, Purchasing Division, 844 North Rush Street, 9th Floor NE, Chicago, IL, 60611-2092
ZIP Code
60611-2092
E-Mail Address
Karen Haskins-Brewer (haskinkj@rrb.gov)
Description
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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 is issued as Request for Quotations (RFQ) 01-C-06. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular number 97-21. This solicitation is not a small business set-aside. I. The U.S. Railroad Retirement Board (RRB), an independent Federal Government agency, headquarters located: 844 North Rush Street, Chicago, IL 60611-2092, intends to procure Information Technology Training as specified in Section III. below by awarding an Indefinite Quantity/Indefinite delivery contract for an initial year with a one year option. II. DESCRIPTION OF SERVICES/REQUIREMENTS. A. The RRB intends to procure Microsoft Official Curriculum, Cisco certified, various network administration and other Web Application training for its IT employees for one year with a one year option. B. Contractor Experience and Qualifications. The training organization contractor must have: 1. Five years of Information Technology training experience. 2. Three years of experience with teaching: Microsoft certified courses, Java, JavaScript, HTML, and CISCO certified courses. C. Facilities. 1. All training must be offered at the contractor's site. 2. All training must be conducted in a classroom setting. 3. Each student must be provided with an adequate PC for use in class exercises and labs. 4. Training classes must be conducted within the Chicago loop/downtown area. The training facility must be located within the borders of Congress Street on the south, Halsted Street on the west, Division Street on the north and Lake Michigan on the east. 5. Training organizations must be official Microsoft Certified Technical Education Centers using official curriculum for all Microsoft courses. 6. The training site must be comfortable and conducive to training. D. Curriculum. 1. Standard course titles required for the RRB are: M1013-VB6 Development; M1016-VB6 Enterprise Development; M1017-Web Application Development with Visual InterDev 6.0; Building Web Documents for HTML; M1592-Creating and Managing Web Sites Using Front Page 2000; Java for Non-C Programmers; M1303-VB6 Fundamentals; JavaScript Fundamentals; M833-Implementing a Database on SQL 7; M827-Administering Microsoft Systems Management Server 2.0; M2072-Administering Microsoft SQL Server 2000 Database; M1572-Implementing & Managing Microsoft Exchange 2000 Server; M2028-Basic Administration of Microsoft Windows 2000; M1560-Updating Support Skills from Microsoft Windows NT 4.0 to Windows 2000; BCMNS-Building Cisco Multilayer, Switched Networks; BSCN-Building Scalable Cisco Networks; M2150-Designing a Secure Microsoft Windows 2000 Network; M1905-Building XML-Based Web Applications. Additional courses may be required. 2. The Microsoft courses must be the official curriculum courses and must be taught by trainers who have Microsoft training certification in the subject areas taught. 3. HTML, CISCO, JAVA, JavaScript and other courses later required must be taught by qualified, fully trained, competent instructors with the necessary certifications and authorizations required to teach the course. 4. Classes must be conducted as scheduled. No more than 10% of scheduled classes shall be cancelled. All cancelled classes shall be rescheduled to be taught within 60 days of the cancellation. 5.The RRB will consider the following items as value added items: a. Students should have access to training instructors via telephone or email for at least 6 months following training. Trainers must respond within 1 week of the call or email. b. Students should be permitted one retake of any training course within the twelve months following the initial course. The retake shall be at no additional cost. Offerors are invited to provide the aforementioned services/items in their respective proposals. E. Instructors. 1. Each instructor shall be fully certified and qualified to teach the course: a. Microsoft courses -- the instructor must be Microsoft certified for the course. b. CISCO system courses -- the instructor must be CISCO certified for systems teaching. c. Java, JavaScript, HTML -- instructors must use industry standardized skill-sets and incorporate them into a classroom curriculum. Include a detailed listing of the curriculum to be taught and the targeted skill sets to be used for JAVA, JavaScript and HTML in the proposal offer. 2. All instructors must have at least 3 years of teaching experience with the subject matter. III. PRICE SCHEDULE. The Price Schedule shall be based upon a minimum of 290 class days in the First Year (approximately May 11, 2001 through May 11, 2002). No minimum is guaranteed for the Optional Year (May 11, 2002 through May 11, 2003). The option shall be exercised solely at the discretion of the RRB. The RRB does expect to exceed the 290 guaranteed minimum. The offeror shall offer a firm fixed price for each training class day for the period of two years from the date of contract inception. The offeror shall structure its price proposal as such: 1) 290 training class days @ $ ______/class day, 2) 291 -- 350 class days @ $_______/class days, 3) 351 -- 400 class days @ ______/class day, 4) 401 -- 450 class days @ $______/class day. Each offeror who believes that acquisitions in different quantities would be more advantageous is invited to recommend an economic purchase quantity. If different quantities are recommended, a total and a unit price must be quoted for applicable items. An economic purchase quantity is that quantity at which a significant price break occurs. If there are significant price breaks at different quantity points, this information is desired as well. IV. The vendor/offeror must also provide the contract number, if a GSA/GWAC contract, the terms and conditions and price schedule with the offer. The offeror must also provide a federal tax identification number and a Dun and Bradstreet (DUNS) number. V. CONTENTS OF PROPOSAL SUBMISSION AND EVALUATIONS. A. Each proposal must also include: 1. Detailed narrative outlining the contractor's ability to fulfill and provide the requirements. 2. Specific descriptive literature outlining class content and structure, including a copy of the curriculum, a listing of the skill sets for each course, a sample syllabus and instructors qualifications. 3. Past Performance information (including three references with phone numbers, addresses and points of contact) describing the experience required in Section II.B. and E. 4. Description and location of training facility. 5. Price Schedule, for the 290-class day guaranteed minimum and the additional class days (291 to 450). 6. Signed and completed Offerors Representations and Certifications -- Commercial Items (FAR 52.212-3). 7. Other information the contractor determines appropriate and relevant to the evaluation team. B. Evaluation of the offers shall include all of the items above and other information available to the Contracting Officer. C. The award shall be based upon the offer that provides the best value to the Railroad Retirement Board, price and other factors considered. D. Proposals shall be evaluated using the following factors: Course content, Expertise and Qualifications of the instructors/training organizations, Past performance. E. The offeror certifies that the offered price in Section III. shall be valid for 60 days and, if accepted, shall be valid for a total of two years after the date of contract acceptance. VI. CONTRACT CLAUSES. The following clauses are incorporated by reference: Indefinite Quantity FAR 52.216-22 (OCT 1995); Availability of Funds for the Next Fiscal Year (APR 1984). FAR provision 52.212-3 must be completed and submitted with the offer. FAR clauses 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items apply to this solicitation. In accordance with FAR 52-212-5, the following clauses are hereby incorporated by reference in paragraph (b): 52.203-10 Price or Fee Adjustment for Illegal Improper Activity; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S. C. 4212). VII. RESPONSE TIME IS FIFTEEN (15) CALENDAR DAYS AFTER DATE OF THIS PUBLICATION FOR SUBMISSION OF PROPOSALS. Mark outside of the envelope "RFQ 01-C-06 enclosed" and offeror's name and address. Address package to: U.S. Railroad Retirement Board, Purchasing Division, 844 North Rush Street, Chicago, IL 60611-2092. The RRB will not accept proposals submitted by facsimile or email. No telephone calls will be accepted. Any further questions regarding this RFQ must be in writing on company letterhead and sent or faxed to Ms. Karen Haskins-Brewer of the RRB Purchasing Division at 312/751-4923. The RRB will not send an acknowledgment of receipt of any firm's submission.*****
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=S&P=2001-C-06&L=4086)
Record
Loren Data Corp. 20010413/SPMSC003.HTM (D-101 SN50I9V6)

SP - Special Notices Index  |  Issue Index |
Created on April 3, 2001 by Loren Data Corp. -- info@ld.com