Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2003 FBO #0573
SOLICITATION NOTICE

U -- Human Resource Services Test Administrator

Notice Date
6/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
Reference-Number-CAFBBPA01
 
Response Due
7/2/2003
 
Archive Date
7/17/2003
 
Point of Contact
Kaia Olbino, Contract Specialist, Phone 843-963-5168, Fax 843-963-5183,
 
E-Mail Address
kaia.olbino@charleston.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a 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. Request for Quotations are being requested and a written solicitation will not be issued. Reference Number CAFBBPA01 is a Request for Quotation. This solicitation document and incorporated provisions are those in affect through the Federal Acquisition Circular 2001-14. This procurement is 100% set-aside for small business concerns. The North American Industry Classification System Code is (611710). The small business size standard is $6 Million. The basic contract period is 7 Jul 03- 30 Sep 03 with four option years. The offeror shall provide as a response to this solicitation: 1) a resume detailing relevant training and experience; (2) a list of at least three recent references; and (3) a complete price list (Attachment 1) , and a completed clause 52.212-3 (Attachment 2). All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through e-mail or mail. Regardless of method of delivery, it is the offeror?s responsibility to ensure receipt of the quotes by the time and date stated herein. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions may be assessed electronically at this address: http:// farsite.hill.af.mil. The following clauses/provisions are applicable: FAR 52.212-1 - Instructions to Offerors ? Commercial Items is applicable to this solicitation. The provisions at FAR 52.212-2 - Evaluation ? Commercial Items is applicable to the solicitation and blanks in (a) are completed as follows: price and past performance, with past performance being greater in importance than price. If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offeror shall include with their offers a completed copy of the provision at FAR 52.212-3 - Offeror Representation and Certifications ? Commercial Items. FAR clauses 52.212-4 - Contract Terms and Conditions ? Commercial Items, and 52.219-6 - Total Small Business Set-Aside are applicable to this solicitation. FAR clause 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clause apply: are 52.222-21 - Prohibition of Segregated Facilities; 52.222-26 - Equal Opportunity; 52.222-35 - Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 - Affirmative Action for Worker with Disabilities, 52.222-37 - Employment Report on Disable Veterans and Veterans of the Vietnam Era, 52.232-33 - Payment by Electronic Funds Transfer ? Central Contractor Registration; 52.217-5 ? Evaluation of Options, 52.217-8 ? Option to Extend Services, with the last sentence completed as follows: ?within 15 days of expiration of contract?, and 52.217-9 ? Option to Extend the Term of the contract, with paragraph (a) completed as follows: ?15 days? and paragraph (c) completed as follows: ?60 months?, are applicable to this solicitation. DFARS clauses 252.204-7004 - Required Central Contractor Registration (CCR), 252.204-7003 - Control of Government Personnel Work Product, and 252.246-7000 ? Material Inspection, Receiving Report and BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE 252.225-7000, Buy American Act and Balance of Payments Program 252.225-7001, Qualifying Coutry Sources as Subcontractors 252.225-7002 are applicable to this solicitation. Responses to this Request for Quotation (RFQ) must be received via e-mail or delivery, by 02 July 03, no later than 4:30 Eastern Standard Time at the 437th Contracting Squadron, 101 E. Hill Blvd, Charleston AFB SC 29404-5021. Responses should be marked with the reference number CAFBBPA01 and addressed to SSgt Kaia Olbino or Gregg Anderson. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register on line at www. CCR.gov. For more business opportunities visit Web site http://www. selltoairforce.org. Additional opportunities can be found at Web sites http://www. sba.gov; and http:// 437contracting.charleston.af.mil. For questions concerning this solicitation contact Kaia Olbino, Contract Specialist, 843-963-5168, fax 843-963-5183, or e-mail kaia.olbino@charleston.af.mil. STATEMENT OF WORK Non-Personal Services Contract for Human Resource Services Test Administrator 1. DESCRIPTION OF SERVICES: Non-personal services in support of U.S. Air Force voluntary off-duty education program to include the Defense Activity for Non-Traditional Education Support (DANTES), Professional Military Education (PME), and Career Development Course testing programs. 2.PERIOD OF PERFORMANCE: The selected contractor/individual must have at least one year remaining at the current duty station to provide for continuity. 3.QUALIFICATIONS: Must have a baccalaureate degree from an accredited college recognized by the U.S. Department of Education. Excellent customer service and verbal communication skills are essential. Knowledge of/experience with standardized educational and military testing programs is highly desirable. Knowledge of/experience with AF terminology, office procedures, and education programs plus familiarity/facility with WINDOWS NT, Microsoft Word, PowerPoint, Excel and Access is highly desirable. Applicant must obtain a Dunn & Bradstreet number prior to registering as a government contractor. Resumes and transcripts shall be submitted with bid packages to the base contracting office. 4.SPECIFIC TASKS: The Test Administrator is responsible for administering the following categories of tests to eligible military and civilian personnel and their dependents as authorized by DANTES, AFIADL, AC and local regulations (NOTE: additional tests may be added as needed): All DANTES-approved examinations (to include but not be limited to): college entrance exams (ACT, SAT, MAT); tests for college credit (CLEP, DSST, Excelsior, GRE Subject); professional certification exams (PRAXIS, ASE); interest batteries (SII) and career assessment inventories (CAI). All AF AFIADL Career Development Courses (CDCs) and non-resident PME courses. Any tests specifically required by an education institution for admission or for course enrollment, including placement tests. d. Tests requested to be administered by eligible personnel, such as correspondence course and qualification/certification exams. e. Any test required by the Air Force that is not normally administered through the local military test control officer. f. Other tests used in local advisement or guidance programs, to include career assessment and interest inventories, as requested by the ESO. NOTE: Tests will be administered in accordance with instructions provided in testing handbooks, test examiner guides, and TCO/ATCO instructions to ensure no possibility of test compromise. 5. WORK HOURS/DAYS: The government will determine the number of units (scheduled appointments for at least five (5) but no more than fifteen (15) authorized examinees for the services identified in this Statement of Work) required each week and will notify the contractor with the intended schedule no later than 24 hours prior to the designated work unit. Authorized examinees who may be tested include active duty military; DOD, NAF and DODDS civilians, and US military retirees, plus adult family members of same. Non-DOD civilians may be tested on a space available basis. In addition, each unit will include testing and applicable administrative time. The contractor will be available to perform on an on-call basis. The TCO/ATCO or his/her designee prior to initiating a call for service must schedule a minimum of five examinees. Normally a maximum of 2 units will be performed in one calendar day for a maximum of six (6) ? ten (10) units per week. Units will generally be scheduled on separate days (Monday through Friday). The Test Administrator is responsible for checking the test log 24 hours in advance of each scheduled test session to insure five examines have signed up. If a scheduled test session must be canceled due to emergency, a 24-hour notification prior to the start of the session must be provided by the test administrator to allow time to contact and reschedule those registered. It is estimated that from four (4) ? eight (8) units will normally be required per week and that each unit will require approximately 4 hours. Units will not be worked on Federal holidays. Exact days and times of services will determined by the government representative in advance and may be modified according to changing program needs. Three to four morning sessions and two to four afternoon sessions may be typically scheduled each week, depending on student demand. Contractor will arrive at least 15 minutes prior to start of test session to insure sessions begin promptly and will provide constant visual supervision throughout the entire session. Changes to the test schedule must be approved by the TCO/ATCO and must be advertised at least 2 weeks in advance. Tests are not scheduled/administered when neither the TCO nor the ATCO is available to be present during testing. 6. RELATED ADMINISTRATIVE TASKS: The following tasks are elements of performance in the non-personal services contract, which must be performed in conjunction with and in addition to the actual test administration. a. Check room prior to testing to ensure proper spacing between desks and that adequate lighting, heat, and air exist. Ensure testing office and testing room are kept in a condition conducive to good test performance, and that an adequate circulation of fresh air is available. b. Withdraw all scheduled test exams from safe prior to start of each test session. c. Require all examinees to present military identification before allowing them to test (for military personnel only ? all others may use an official picture ID). d. Check test materials for marks/missing pages before issuing them to students. e. Maintain official log for all tests, showing the individual?s name, the test title and the start and stop times for all test intervals. Ensure each examinee signs this log prior to departure. f. Instruct all examinees at the beginning of each session as follows: 1) To read carefully and follow instructions exactly as they are printed in the test booklet. 2) To adhere to any prescribed time limits. The contractor will ensure that all timing limits are adhered to and the examinee is aware of the time requirements for each test. g. Review each answer sheet as it is submitted by the examinee to ensure proper completion. h. Check each reusable answer booklet as it is returned for marks and erase them completely. Check all booklets for missing pages and enter the time they are returned in the test log. i. Complete safe and test office security forms at close of each test session. Ensure no money, supplies, forms, envelopes, inventories, brochures or booklets are stored in the safe. j. Lock the safes and testing office doors and windows before leaving the testing office. k. Prepare completed answer sheets, tests, checks/money orders, and any unused tests that may need to be returned, for mailing to the various testing agencies, according to the instructions for each type of test. All documents required for mailing will be fully completed by the contractor, except for the TCO/ATCO signature, prior to final check and sealing by the TCO/ATCO. l. Inform TCO/ATCO immediately of any irregularities, which may represent the potential for a test compromise or complaint from a testing candidate. m. Check examinations upon receipt and enter required information in AFAEMS inventory module, ensuring that entries are made no later than the first duty day after tests are received. Update DANTES inventory sheets monthly via computer or by typing a new one. n. Inventory contents of the safes (accountable DANTES and materials) each time they are opened. Assist TCO/ATCO with weekly, monthly and quarterly inventories and AFIADL quarterly reports. o. Identify all newly arrived AFIADL tests on the envelope, showing the name of the student, test identification number, date received, and expiration date. Enter all in stock AFIADL tests into the data file in the established format. Contact the squadron training NCO using the form provided to schedule testing ASAP. p. Prepare DANTES order forms for TCO/ATCO signature and advise of under or over-stocking of any test related item. Ensure adequate numbers of tests and answer sheets are maintained at all times based on prior usage patterns, student inputs and TCO recommendations. q. Notify students when tests have arrived, first by mail and later by phone if needed. File score reports in student records and enter score manually on front of student?s AF186. r. Discard obsolete materials within 7 days of receipt of new publications and ensure dated exams are returned by expiration deadlines. s. Maintain The DANTES Examination Program Handbook (DEPH), ensuring currency of all test instructions and policies. t. Maintain a file of special order tests and handle all follow-up associated with these tests. u. Maintain statistical data related to test administration as required by ESO and assist with reports and PowerPoint slides as requested. Such data will include (but not necessarily be limited to) monthly statistics on types of tests administered and to whom (by rank and service) and any additional test related data required for semi-annual and annual reports. v. Maintain all document and correspondence files in a neat and orderly manner. Separate files by calendar year. Contractor will be responsible for making file labels and setting up the file for each new calendar year. w. Process all necessary paperwork required for optimum operation of testing program. x. Refer all questions on schedule changes or testing policy to the TCO/ATCO and all questions on interpretation or application of test results to the counselors. y. Maintain currency of all testing related tables in AFAEMS 7. GUIDELINES: Provisions of AFI-36-2306, AFIADL Catalog, and the DANTES Examination Program Handbook apply. 8. SECURITY REQUIREMENTS FOR UNCLASSIFIED CONTRACTS a. Security Training. The contractor receives initial and recurring security education training from the sponsoring agencies security manager. Training must be conducted IAW DOD 5200.1-R, Information Security Program Regulation, and AFI 31-401, Information Security Program Management. b. Pass and Identification Items. The contractor shall ensure the pass and identification items required for contract performance are obtained including for personal/privately owned vehicles. Military family members typically possess adequate identification. c. Traffic Laws. The contractor shall comply with base traffic regulations. d. Key Control. The contractor shall establish and implement methods of making sure all keys issued to the contractor by the Government are not lost or misplaced and are not used by unauthorized persons. The contractor shall not duplicate any keys issued by the government. e. Lock Combinations. The contractor shall control access to all government provided lock combinations to preclude unauthorized entry. The contractor is not authorized to record lock combinations without written approval by the government Program Manager. Records with written combinations to authorized secure storage containers, secure storage rooms, or certified vaults, shall be marked and safeguarded at the highest classification level as the classified material maintained inside the approved containers. 9. SPECIAL REQUIREMENTS: a.Contractor must inform the ESO of anticipated absence from a scheduled unit at least 24 hours prior to scheduled arrival. If desired, longer absences may be scheduled with the coordination of the ESO. Such absences should not exceed two weeks at a time or four weeks in one fiscal year. Extended absences will not be scheduled when quarterly reports are due or when either the Test Control Officer or his/her alternate is on scheduled leave or TDY. b. Contractor must successfully complete (95% right) the Examination for DANTES Testing Personnel and DANTES Test Administrator?s Instructional Course within two weeks of assuming position. c. In performance of contract requirements, contractor is authorized access to DANTES and PME/AFIADL examinations and to the security container in which they are held He/she will have the combination to the safe(s). d.Contractor must remain physically present during the entire test session unless relieved by an appropriate authority. e.The contractor must initiate a request for a National Agency security check. 10. MATERIALS AND EQUIPMENT: The government will provide all necessary equipment, supplies and materials to include workstations, computer (with internet access), telephone and other materials and equipment mutually agreed to fulfill the requirements of this contract. 11. TERMINATION: Contract may be terminated in accordance the termination clauses contained within the contract.. NOTE: The additional attachments mentioned in the above solicitation will be posted on this website within the next two days. Points of Contact Kaia Olbino, Contracting Specialist, 843-963-5168, fax 843-963-5183, email Kaia Olbino@Charleston.af.mil Gregg Anderson, Contracting Officer, 843-963-5169, fax 843-963-5183, e-mail Gregg.Anderson@charleston.af.mil.
 
Place of Performance
Address: 101 W. Hill Blvd, Charleston AFB, SC
Zip Code: 29404
Country: USA
 
Record
SN00354713-W 20030625/030623213802 (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  © 1994-2020, Loren Data Corp.