Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7, 2001 PSA #2909
SOLICITATIONS

U -- COMMERCIAL TRAINING FOR SOJT

Notice Date
August 3, 2001
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (AMC/LGCF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
ZIP Code
62265-5015
Solicitation Number
FA4452-01-Q-A305
Response Due
August 10, 2001
Point of Contact
David Limbrick, Contract Specialist, Phone 618-256-9984, Fax 618-256-5724, Email david.limbrick@scott.af.mil -- Terry Thomas, Contract Specialist, Phone 618-256-9979, Fax 618-256-5724, Email Terry.Thomas@scott.af.mil
Description
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. The solicitation is issued as a Request for Quote under the number FA4452-01-Q-A305. This document and incorporated provisions and clauses are those in affect through Federal Acquisition Circular 97-27. This is a 100% small business set aside and the North American Industry Classification System (NAICS) code for this acquisition is 541511. The small business size standard is $18 million. The AMC Contracting Flight plans to issue a purchase order under the test program described in FAR 13.5 to for the contractor to accomplish the following: The contractor shall provide onsite instructor-led hands-on training for Windows 2000 Professional and Windows 2000 Server Administration, Networking Essentials, Internetworking with TCP/IP, Network+ Certification, A+ Certification, and Cisco Certified Network Associates. The training shall prepare each student to successfully complete the commercial assessment examinations listed below. Each of the courses listed shall be conducted at Air Force locations listed below, using the government-furnished equipment listed below. Each class may contain up to 10 students and a computer must be assigned to each student individually. The contractor shall provide each student with a student guide and technical manuals in printed format and in compact disk format. The students shall retain these materials after training. The contractor shall administer an industry standard, computer based assessment test to validate students knowledge immediately following each course. The contractor shall provide a printed copy of the results, certified by the instructor, to each student. The contractor shall also provide vouchers for the following commercial certification examinations: Microsoft Certified Professional Exam 70-210; the Computing Technology Industry Association (CompTIA) Network+ Certification Exam; the A+ Certification Exam, and the Cisco Certified Network Associate (CCNA) Exam 640-507. The contractor shall provide the exam vouchers only for students attending these courses which correspond to the commercial certification exams. The contractor shall administer a course critique similar to the one listed below. The course critiques shall be consolidated and forwarded to the Contracting Officer's Technical Representative (COTR) within 7 days of course completion. The government shall provide classrooms containing, desks, chairs, and white boards. The period of performance for the basic period shall start at all locations before September 30, 2001 with two one-year options for additional training support not to exceed 30 September 2003. The Government shall schedule courses and locations as needed and will coordinate the schedule with the contractor. The contractor shall begin the training within 30 days of a request by a COTR. No classes shall be conducted on a federal holiday or during the last two weeks of December. The Government shall appoint a COTR. The COTR shall act as a central Point of Contact (POC) for all field locations. The provision at 52.212-1, Instruction to Offerors -- Commercial Items applies to this acquisition. Offerors are required to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certification -- Commercial Items, with their offer. The clause at 52.212-4, Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition, with the following clauses: 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disables Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Actions for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C 3332). The clause at 52.217-8, Option to Extend Services, applies to this acquisition. The clause at 52.217-9, Option to Extend the Term of the Contract, applies to this acquisition. The clause at 52.219-6, Notice of Total Small Business Set-Aside, applies to this acquisition. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2000) applies to this acquisition. Award will be made to the lowest price technically acceptable offeror. This is a DO rated order under the Defense Priority Allocation Systems (DPAS). Offers are due at the following address no later than 4:00 p.m. (Central Daylight Time) on Friday, 10 Aug 01: AMC CONF/LGCFE, 507 Symington Drive, Room W202, Scott AFB, IL 62225-5015. Contact David Limbrick, at (618) 256-9984, e-mail david.limbrick@scott.af.mil, or Terry Thomas, at (618) 256-9979, e-mail terry.thomas@scott.af.mil. =20 Small business links are as follows: The AMC public information web site and the AMC Small Business Specialist (http://www.selltoairforce.org) and Small Business Administration (http://www.sba.gov). =20 The government shall provide, as a minimum, the following equipment at each location: -- 10 ea student computers with: -- 667MHZ PIII Processor -- 2ea 15GB Hard Drives -- Removable Hard Drive Receptor Tray -- 17" Monitor -- 128MB RAM -- Windows NT 4.0 client -- MS Office 2000 Professional -- 1 ea Server -- 600MHZ PIII Processor -- 36 GB Hard Drive -- 17" Monitor -- 256MB SDRAM -- Windows NT 4.0 Server with 10 user license -- 1 ea Printer -- 16PPM -- 4MB Ram -- Ethernet 10/100BaseTX -- 4ea Cisco 2501 Router -- 1ea Cisco 2514 Router -- 1ea WS-C1924-A Switch -- 1ea WS-C1912-EN Switch -- 5 ea S25B-12.0.35 IOS Operating Systems=20 -- Cables Course Critique -- SAMPLE A -- Strongly Agree D -- Strongly Disagree B -- Agree E -- Not Applicable C -- Disagree 1. Classroom furniture (i.e., tables, chairs, workbenches, etc.) was appropriate to the lessons, comfortable, and did not detract from the learning environment. 2. The course orientation included all essential information. 3. I was given an opportunity to practice new skills. 4. Training aids and equipment used in the course were in good condition. 5. I had no difficulty seeing and hearing the material the instructor was presenting. 6. Tests were scheduled to allow adequate study time. 7. Lesson objectives were clear and easy to understand. 8. Lessons were sequenced in a logical manner. 9. The Instructor explained why each lesson was important. 10. The Instructor created a positive learning environment. 11. The Instructor was knowledgeable in the subjects. 12. The Instructor was prepared for class. 13. The Instructor answered my questions adequately. 14. The Instructor was interesting and informative. 15. The Instructor communicated the curriculum effectively. 16. The course met or exceeded my expectations. Places of Performance: Andrews AFB, MD Aviano AB, Italy Beale AFB, CA Charleston AFB, SC Dover AFB, DE Elgin AFB, FL Grand Forks AFB, ND Incirlik AB, Turkey Kadena AB, Japan Lajes Field, Azores McDill AGB, FL McChord AFB, WA McConnell AFB, KS McGuire AFB, NJ Misawa AB, Japan Nellis AFB, NV Offutt AFB, NE Peterson AFB, CO Pope AFB, NC Randolph AFB, TX RAF Lakenheath, England Travis AFB, CA Whiteman AFB, MO Yokota AB, Japan Dyess AFB, TX Ellsworth AFB, SD Scott AFB, IL Tinker AFB, OK
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AMC/AMCLGCF/FA4452-01-Q-A305/listing.ht ml)
Record
Loren Data Corp. 20010807/USOL006.HTM (D-215 SN50T997)

U - Education and Training Services Index  |  Issue Index |
Created on August 3, 2001 by Loren Data Corp. -- info@ld.com