Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2002 FBO #0130
SOLICITATION NOTICE

D -- COMPUTER BASED TRAINING

Notice Date
5/9/2001
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
F26600-01-Q-B045
 
Response Due
5/18/2001
 
Point of Contact
Sandy Roche, Contract Specialist, Phone 7026524383, Fax 7026525405, Email sandy.roche@nellis.af.mil - Nathan Bounds, Contracting Apprentice, Phone 7026529574, Fax 7026525405, Email nathan.bounds@nellis.af.mil
 
E-Mail Address
Sandy Roche
(sandy.roche@nellis.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This solicitation F26600-01-Q-B045 is issued as a Request for Quotation (RFQ). This acquisition is set aside exclusively for small business concerns. The NAICS code for this solicitation is 541519. The size standard for a small business under this NAICS code is one that grosses equal to or less than $18 million annually based on the average of the offeror_s past three fiscal years. Item description is as follows: Contractor shall provide nonpersonal services to provide instruction in regard to computer software usage. These services will be purchased via a coupon system. The government wishes to purchase 50 coupons where 1 coupon is equivalent to one full day of training for a total of 50 days of training. For example, the contractor will issue a coupon entitling a user to one day of class. For a class that lasts three days then three coupons would be issued; for four days, four coupons, etc. This software to be trained on will include, but will not be limited to, the following: MS 2151 Windows 2000 Network (2 classes at 5 days each) MS 2152 Supporting Windows 2000 Professional & Server (2 classes at 5 days each) MS 2153 Supporting a Network Infratstructure Using MS Win 2000 (1 class at 5 days) MS 2154 Implementing & Administrating MS Win 2000 Directory Services Infrastructure (1 class at 5 days) MS 1560 Updating Support Skills from NT 4.0 to Win 2000 (3 classes at 5 days each) MS 1561 Designing an MS Win 2000 Directory Services Infrastructure (1 class at 3 days) MS Excel and PowerPoint for Beginner and Intermediate Users (4 classes at 1 day each) Each class day should last approximately 8 (eight) hours. Classes will taught at the contractor place of business. The Contractor shall provide all materials, including manuals, curriculum and Microsoft Prometric Testing Vouchers. All testing will be included in contract final price. Attendees will be allowed to repeat any class within 6 months of original class date at no extra charge. Contractor will insure that all insturctors are certified via MCSE, CCNA, or other nationally recognized accreditation organization. The actual date and times of the classes will be coordinated between the Contractor and the 896 MUNS computer shop chief. The 896 computer shop will notify the Contractor of the names of attendees for each schedule class. Only authorized members of the 896 MUNS will be allowed to attend these courses. The period of performance will be one year from date of award. Quotations should be firm fixed price that includes all cost necessary to perform this service. The government does not intend to make multiple awards. The following factors shall be used to evaluate offers: (1) Price- price will be a factor in the award of this purchase order. (2) Past performance- past performance is more important than price; submit responses IAW Clause 52.212-2. Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in contractor performance. In the case of a contractor without a record of relevant past performance, the contractor will not be evaluated favorable or unfavorably on past performance. Award will be made to the responsible, responsive offeror who provides the best overall value to the government. Past performance information shall be required prior to award. Offerors shall forward past performance evaluations to a minimum of (3) three references, and have their raters forward their evaluations by fax to 2Lt Sandy N. Roche at (702) 652-5405. The contractor shall not be allowed to view past performance information unless the rater should wish it so. The government will only accept past performance evaluations received from references, not from the contractor. The provision at FAR 52.212-1, Instruction to Offerors-Commercial, applies to this solicitation. The clause at FAR 52.212-2; Evaluation of Commercial items, applies to this solicitation. The following clauses apply to this solicitation, and FAR 52.246-4 Inspection of Services- Fixed price (Aug 1996) applies to this solicitation and subsequent award. Prices to the government shall be as low as or lower than those charged to the contractor's most favored customer, in addition to any discounts for prompt payment. The clause at 52.212-3 Offeror Representations and Certifications-Commercial Items, applies to this solicitation. Offerors who fail to submit a completed Representations and Certification may be considered non-responsive. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial items applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial items, applies to this solicitation. Specifically, the following cited clauses are applicable to this solicitation: Far 52.219-6 Notice of Total Small Business Set Aside, Far 52.222-3 Convict Labor, Far 52.233-3 Protest After Award, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, Far 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans on the Vietnam Era, and FAR 52.222-41 Service Contract Act of 1965 as amended, Far 52.232-33 Mandatory Information for Electronic Funds Transfer payment. In compliance with the Service Contract Act of 1965, and the regulations of the Secretary of Labor, this clause identifies the classes of service for employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 USC 5341 or 5332. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple year and Options contract), DFARS 252.204-7004 Required Central Contract Registration, DFARS 252.232-7009 Payment by Electronic Funds Transfer. For solicitations after 1 Jun 98 all contractors must be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Contact CCR at 1-888-352-9333, however, a DUNS number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a DUNS number. Wage Determination 94-2331 Rev 16, dated 15 September 2000. applies to this solicitation. Information concerning FAR clauses can be obtained at http://farsite.hill.af.mil. A copy of the combined synopsis/solicitation, wage determination, Representations and Certifications, and FAR 52.212-3 are located at the website www.eps.gov. To find this solicitation look under USAF offices, Air Combat Command locations, 99 CONS, Nellis AFB NV post. Contractor shall download the synopsis file and the solicitation file. If you are unable to access the web site, please contact 2Lt Sandy N. Roche at 702-652-4383, 702-652-5405 (fax), email Sandy.Roche@nellis.af.mil or A1C Nathan Bounds, 702-652-9574, 702-652-5404 (fax), email Nathaniel.Bounds@nellis.af.mil. Request for Quote are due on or before 18 May 2001, 4:30pm.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/99CONS/F26600-01-Q-B045/listing.html)
 
Record
SN00056141-F 20020411/020410064829 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.