Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2003 FBO #0598
SOLICITATION NOTICE

U -- HQ AETC Child Assessment Records and Training

Notice Date
7/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
Reference-Number-F7HQSV31620100F7HQSV31620200
 
Response Due
7/23/2003
 
Point of Contact
Susan Brett-Farnsworth, Contract Specialist, Phone 210-652-5187, Fax 210-652-2759, - Jason Phillips, Contract Specialist, Phone 210-652-5187, Fax 210-652-2759,
 
E-Mail Address
Susan.Brett-Farnsworth%40randolph.af.mil, jason.phillips@randolph.af.mil
 
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; quotations are being accepted and a written solicitation will not be issued. The government intends to award a sole source requirement to High Scope Foundation. Purchase Request Number F7HQSV31620100 and F7HQSV31620200 are issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. The NAICS Code is 611699; size standard $6M. Commerce Business Daily Note 1 applies to this requirement. HQ AETC/SVPC requires the purchase of a computer based and paper and pencil based observation and assessment system to be used in all child development programs throughout the command. 1.0 REQUIREMENTS 2.1 Contractor will be responsible for providing five (5) days of training on the observation and assessment tool. The contractor will provide training, technical assistance and materials used by the participants during the in-service workshops as described. The following additional criteria must be met by publisher of the assessment tool: -) The observation tool must be research based covering an individuals life span (ie. birth to adult) with nationally published findings. -There must be access to preplanned monthly nationwide public training sessions on the assessment form and tools that accompany it. A certified consultant must be available to train the staff and management using the system. - The assessment system must cover the developmental ages of birth through five years of age. -The assessment tool and product line must be available in paper pencil version for infant toddler and the preschool product line must be available in the paper pencil version and a CD Rom computer based version. - The long-term investment of the system should be limited to reordering of the paper assessment booklets and or forms. The CD Rom should include user and site licenses for all bases using the system. - Audio-visual aides and training materials, and printed training materials such as handouts and manuals where applicable. Handouts will be shipped to the hosts? attention and will arrive two days prior to the training date. 4.0 PERIOD OF PERFORMANCE: Project shall be complete NLT 29 Aug 03. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the above must request a copy of the Statement of Work from this office, submit written price quote to include discount terms, cage code, and firm?s evidence of their ability to perform. All responses will be considered, but must be submitted on the requirement included in this synopsis. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply at http://www.ccr.dlsc.dla.mil. Responses to this notice shall be provided in writing via e-mail to TSgt Susan Brett-Farnsworth or SSgt Jason Phillips at susan.brett-farnsworth@randolph.af.mil or jason.phillips@randolph.af.mil no later than 23 Jul, 2:30 P.M. (CT). Offerors must also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items which can be obtained at http://www.arnet.gov/far. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following clauses also apply: 52.212-4 Contract Terms and Conditions-Commercial Items. Paragraph (c) of this clause is tailored as follows: (c Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of : (1) Administrative changes such as changes in the paying office, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if?(A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if?(A) The change is within scope of the original order, (B) The contractor agrees; ( C ) The modification references the contractor?s verbal or written agreement. 52.212-5, Contract Terms and Conditions ? Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items with these additional FAR clauses marked: 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special 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); 52.204-6, Data Universal Numbering System; 52.204-7004, Required Central Contractor Registration; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; and 52.252-2, Clauses Incorporated by Reference (Feb 1998). In addition, DFAR 252-212-7001 with these additional clauses being applicable: 252.225-7007, Buy American Act-Trade Agreements- Balance of Payments Program; 252.227-7015, Technical Data?Commercial Items; and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.204-7004, Required Central Contractor Registration; and 252.232-7009, Payment by Electronics Funds Transfer. In addition, FAR 39.106 applies All Information Technology must be: (A) (1) Year 2000 Compliant; or (2) If non-compliant, items must be upgraded to be Year 2001 compliant.
 
Place of Performance
Address: 05-06 Aug 03 Randolph AFB TX 18-22 Aug 03 Lackland AFB TX and 25-29 Aug 03 Maxwell AFB AL,
 
Record
SN00375097-W 20030720/030718213608 (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.