Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2003 FBO #0590
SOLICITATION NOTICE

U -- Instruction Services for Norfolk Fleet Concentration Area (FCA)

Notice Date
7/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-03-R-0066
 
Response Due
8/14/2003
 
Archive Date
8/29/2003
 
Point of Contact
Leigh Kellstrom, Contracts Specialist, Phone 407-380-8036, Fax 407-380-4164, - Karen Henderson, Contract Specialist, Phone 407-381-8781, Fax 407-380-4164,
 
E-Mail Address
Leigh.Kellstrom@navy.mil, Karen.Henderson@navy.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; quotes are being requested and a written solicitation will not be issued. Solicitation N61339-03-R-0066 is issued as a request for proposal and incorporates the provisions and clauses in effect through Federal Acquisition Circular 01-14. This solicitation is not a set-aside. The NAICS Code for this solicitation is 611699 with a size standard of $6 million. This effort will be accomplished under the provisions of an Indefinite Quantity Contract (IQC) with qualified vendors/schools capable of providing the required instruction. The product to be purchased under this effort is a proficiently trained student, meeting the performance and course completion standards as determined by the Learning Centers. This solicitation sets forth the requirements for providing training in the areas of Engineering/Electrical, Supply and Combat Surface Support to Navy personnel in the Norfolk, VA Fleet Concentration Area (FCA). The training provided by the Contractor will encompass the course scope and learning objectives identified in Attachment (1), Performance Work Statement (PWS) and the Course Descriptions at Attachments A-AG. These courses are subject to change, modification, and or deletion and replacement. Government facilities and equipment are available for all these courses except for the culinary courses which will be held at the vendor?s facilities. For all courses, the Navy will provide the vendor with the initial Government Furnished Information (GFI) consisting of the Standard Processes and course curriculum including the lesson outlines, instructor guides, student guides, publications, student handouts, and course tests. The vendor shall provide the personnel, supervision, management, training equipment (culinary only), materials, and instructional technology needed to conduct training of Navy personnel. Student throughput and the number of convening for each course is listed in the PWS. Convening and class size are estimated and may vary from year to year. For Culinary courses, the vendor?s facilities shall be within a sixty-minute commute from the main gate at Fleet Training Center Naval Air Station, Norfolk and shall be of adequate size/space to conduct the training and shall have acceptable environmental conditions (heat/air) normally found in an academic setting, utilities, and support to ensure undistracted and productive training. The Contractor instructors shall meet the minimum qualifications required by nationally accepted industry or academic standards for certification as an instructor in their field of expertise. Additionally, vendor?s instructors shall undergo Navy core values and sexual harassment training; and instructors shall be certified in Cardiopulmonary Resuscitation (CPR). CPR Certification must be achieved within two months after award or as agreed upon between Contractor and the Navy. Contractor will be required to access military facilities, therefore a navy base pass is required. Attachment (1) can be obtained through the Naval Air Warfare Center web site located at http://www.ntsc.navy.mil/Ebusiness/BusOps/Acquisitions/Index.cfm. Attachments A through AG shall be furnished upon request via phone to Leigh Kellstrom, Contracts Specialist at 407-380-8036 or via email leigh.Kellstrom@navy.mil . Be advised that periodic access to the Naval Air Warfare Center web site is essential for obtaining updated information and the latest information regarding this solicitation. No further information will be posted to the FedBizOpps web site. Solicitation attachments will include Performance Work Statement (Attachment 1); Course Descriptions (Attachments A-AG), and Mess Kit Inventory (Attachment AH). Written proposals should not exceed 30 pages excluding past performance indicators and certifications (30-page limit does not include oral presentation slides). The written proposals should be formatted to cover management, and price information as well as past performance. Interested vendors should address the following ?Factors? identified below. Management factors should cover: (1) Description of your institution?s accreditation and/or industry certifications, provide copy as part of your proposal. Indicate if member of SOCNAV, or when application will be accepted. Indicate ACF certification for culinary school. (2) Articulation process for awarding of credit for courses in Attachments A-AG. Indicate number of credits that can be awarded for each course and indicate if credits are transferable to a higher degree. If courses have not been articulated, identify policy on retroactive award of credits and timeframe. (3) Description of your institution?s instructor resources, instructor qualifications, instructor qualification process, hiring practice/procedure, methods/policies for instructors to maintain currency in their area of expertise; evaluation process (provide a copy of your institution?s instructor evaluation forms). Describe agency relationship (employer/employee, subcontractor) between institution and instructors and how salaries are determined. (4) Submit matrix identifying proposed instructor staffing mix with stated courses. Identify instructor to student ratio. (5) Indicate time required to deliver the first class. (6) (For culinary courses only) Indicate location of kitchen facilities and commute time to the Fleet Training Center Naval Air Station main gate. Provide description of kitchen facilities for the culinary courses to include size, environmental atmosphere, support and equipment for conducting instruction (The Government reserves the right to visit facilities as part of the evaluation process). (7) Provide a description of your understanding of the course(s) you propose to teach and the skills and competency requirements to be attained through each course. The management factors are all of equal importance. Management factors will be presented during oral presentations. Past Performance should cover: (1) Offeror will submit a list up to two years of previous/current contracts with either Government or industry with a point of contact and phone number; short description of services provided under these contracts; and/or description or copies of awards received, articles depicting services provided by the institution, or any other indication of past performance. Price factors should cover: (1) Identify Instructional cost per instructor. (2) Identify and break out all variable costs to include tuition, fees, labs, materials, printing, books, cost per credit hour, consumables, etc. Printing cost should show cost per page. Page count for Supply courses are estimated at 16,012 pages. (3) Identify cost projection/escalation over five years from Year 2004 through Year 2008. Include cost during 2003 (Oct-Dec) for transition period. (4) Indicate total price per class based on estimated # of students in Attachment (1). (5) Provide contract price per year as well as total contract price for this effort. (6) Provide institution?s cancellation policy. A Pre-proposal conference is scheduled for 24 July 2003, at Norfolk, VA from 0800-1200. A walk through of the Government facilities is scheduled for the same day starting at 1300. Offerors should bring no more than four representatives to the Pre-proposal conference and the site visit. Base passes are required. A copy of your proposal presentation slides shall be provided with your written proposal and shall be submitted at or before 1500 (3:00 PM), EST, 14 August 2003. Oral presentations are anticipated for the week of 25 August 2003 to be held at Norfolk, VA. You will be notified O/A 18 August 2003 of the date and time of the oral presentations. Oral presentations should not exceed 2 hours. The government will schedule oral presentations by drawing lots. Offerors shall bring no more than four (4) representatives to the oral presentations, one of which will be the Program Manager or equivalent. Interested vendors should email Virgil Hart, Virgil.Hart@cnet.navy.mil the following information: Company name, name of attendees, SS numbers, and country of citizenship. Information is required for both the Pre-proposal conference and Oral presentations in order for base passes to be issued. Award will be evaluated under FAR Part 12 and made in the form of an IQC contract. Award will be made in the form of a Firm Fixed Price Contract. The anticipated award date is O/A 06 October 2003. The Government intends to pay by credit card. The performance period will be for five (5) years consisting of one (1) base year and four (4) 1-year options. Effective training start date is 05 January 2004. The Government reserves the right to make award without discussions and to make awards to multiple offerors in the event one offeror cannot meet the required throughput or multiple awards represent the best value to the Government, but also reserves the right to hold discussions, if deemed necessary. In addition, the Government reserves the right to perform a site review/inspection of offeror?s facilities to determine offeror?s capability of complying with Navy culinary and safety requirements. Evaluation factors are Management, Past Performance and Price. The management factors are all of equal importance. Management and Past Performance when combined are slightly more important than Price in determining the best value to the Government. Past performance is less important than Management. The following FAR/DFARS provisions and clauses apply to this acquisition: FAR 52.203-3, 52.212-1, 52.212-2, 52.212-4, 52.212-5 ? Class Deviation applies, 52.216-4, 52.216-18, 52.216-19, 52.216-22, 52.216-27, 52.217-5, 52.217-8, 52.217-9, 52.232-36, DFARs 252.204-7004, 252.209-7001, 252.212-7001 (a) and (b) applies, 252.232-7007, 252.243-7001, 252.243-7002. A completed copy of the following must be included with each quote: FAR 52.212-3 Alt I: Full versions of the FAR/DFARS clauses can be located at the following site: http://www.arnet.gov/far or http://farsite.hill.af.mil/ . The DPAS rating for this solicitation is N/A. Quotations may be mailed, or emailed to NAVAIR-Orlando TSD Attn: Leigh Kellstrom, Code 25334, 12350 Research Parkway, Orlando FL 32826 at or before 1500 (3:00 PM), EST, 14 August 2003. Fax (407) 380-4495. Email leigh.Kellstrom@navy.mil. For information regarding this solicitation, contact Leigh Kellstrom at (407) 380-8036, via email: leigh.kellstrom@navy.mil , or Karen Henderson at (407) 381-8781.
 
Place of Performance
Address: Norfolk Fleet Concentration Area (FCA)
 
Record
SN00368788-W 20030712/030710213921 (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.