Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2003 FBO #0709
SOLICITATION NOTICE

U -- TEST EXAMINER SERVICES

Notice Date
9/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS, 460 CONS, 320 N. Beaver Creek St (MS 92), Buckley AFB, CO, 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
FA2543-03-Q-0020
 
Response Due
9/16/2003
 
Point of Contact
Jan-Pierre Malboeuf, Contracting Specialist, Phone 303-677-6747, Fax 303-677-6443, - Susan Welch, Contracting Officer, Phone 303-677-6447, Fax 303-677-6443,
 
E-Mail Address
jan-pierre.malboeuf@buckley.af.mil, susan.welch@buckley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services 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. All responses to this Solicitation/Request for Quotation (RFQ) must refer to Solicitation Number FA2543-03-Q-0020. This procurement is being issued as 100% SMALL BUSINESS set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 and Defense Acquisition Circular 91-13. The North American Industry Classification System (NAICS) code is 611710 with a small business size standard of $5.0 million. The government intends to award a Firm Fixed Price Purchase Order under Simplified Acquisition Procedures (SAP) using FAR Part 12, Acquisition of Commercial Items. 460 CONS/LGCB, Buckley AFB, CO, this requirement covers one (1) line item, with two option years for the following commercial item: CLIN 0001 - The contractor shall furnish the following services according to the TEST EXAMINER STATEMENT OF WORK: Testing shall be administered as an “on Call” basis. The Non-Personal Service Contractor will provide testing for Air Force personnel and others defined as eligible in DANTES Handbook and who are eligible for service at this installation for testing in the DANTES testing program. Duties include preparing documentation for ordering tests, maintaining an inventory of tests, inventorying tests monthly, and packaging tests for shipment to educational testing service after tests are given. Test Examiner will maintain a test inventory on the computer; will notify students of test arrival when appropriate, and mail test scores to individuals, which includes transportation (to Base Post Office) as the Test Examiner. Contractor must check identification of individual and ascertain their eligibility for testing. Examiner must ensure security of tests at all times through visual sight or securing in combination safe. Tests will be received and opened by Test Control Officer, not Examiner. Any destruction of tests must be accomplished by the TCO. Test Examiner will be physically present at all times during all test sessions and must ensure appropriate setting, i.e., silence and no interruption from persons not testing. Vendor must be up to date on all DANTES and ETS/Chauncey Group directives and must ensure that all outdated tests are returned as requested by ETS/Chauncey Group or Regents. Test Examiner must routinely inventory tests on hand and order new tests when needed to ensure that inventory of tests on hand meets the needs of serviced population. Test Examiner must read and adhere to all rules and directives contained in the DANTES Handbook pertaining to testing. Work will be accomplished in units consisting of a four-hour block of time. Generally, Test Examiner will work five units per week; this can vary according to needs of base population and Federal holidays. This is an “on-call” contract (call as needed). Invoices will be submitted at the end of the month. Partial payments are authorized. The Government shall furnish working space, safes or secure containers for test storage, testing supplies necessary to conduct testing, office supplies and equipment necessary to conduct required services. The government will periodically evaluate the contractor’s performance to ensure services are received. The Contractor should have at least one year experience as a DANTES (Defense Activity for Non-Traditional Education Support) test administer or one year of related examine administrations in CLEP, SAT, ACT, LSAT or equivalent testing environment. Potential offerors with prior experience working with the military in an education environment is preferred. Potential offerors will preferably have one year of recent verified experience in the education career field to include instructor, counselor, or administrative duties. Computer applications skills are desired. WHEN SUBMITTING A QUOTE PLEASE INDICATE A FEE PER UNIT (A UNIT EQUATES TO 4HR SLOT) PER TESTING ADMINISTRATION SESSION $____.__ per unit, AND ANY COST INCREASE PER ADDITIONAL OPTION YEAR FOR TWO ADDITIONAL YEARS(option Year 1 (FY05 $___.__ ) and Option Year 2 (FY06 $___.__). This order is effective for the period set forth herein unless sooner terminated or extended. This order is not subject to automatic renewal unless otherwise provided in the basic contract (if any). Advanced termination notice will be provided in accordance with the basic contractor as stated in the order. Notwithstanding the termination requirement, Buckley AFB accepts no responsibility for services provided after the expiration of this order unless a superseding order has been issued. The following provisions and or clauses apply to this acquisition. Offerors must comply with all instruction contained in FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items, paragraph, (a) to this provision is the price. FAR 52.212-3, Offeror Representation and Certification-Commercial Items, a completed copy of this provision shall be submitted with the offer. Quotes without this provision will not be considered for an award, FAR 52.212-4, Contract Terms and Conditions-Commercial Items will be incorporated into any resultant Purchase Order by reference, FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items include clauses: Section (b): (5), (13), (14), (15), (16), (17), (18), (19), (21), (24), (26), (29) and Section (c): (1), (2), (3), FAR 52.217-8 -- Option to Extend Services, FAR 52.217-9 -- Option to Extend the Term of the Contract, FAR 52.232-18 -- Availability of Funds, FAR 52.252-2 Clauses Incorporated by reference, clauses may be accessed electronically in full text through http://farsite.hill.af.mil/VFFARA.HTM., FAR 52.252-6 Authorized Deviation in Clauses, DFAR 252.212-7001, Contract Terms and Conditions (Dev), DFARS 252.204-7004, Required Central Contractor Registration, DFARS 252.204-7000, Disclosure of Information, DFARS 252.225-7002 Qualifying country sources as subcontractors, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.232-7004, DoD Progress Payment Rates, AFFARS 5352.242-9000 Contractor access to Air Force installations. To be eligible, potential offers must be registered with Central Contractor Registration (CCR), NO EXCEPTIONS. In order to register, apply through the Internet at http://www.ccr.gov. Verification of CCR registration and a Tax ID number must accompany your quote. The term of the contract will be from 01 October 2003 through 30 September 2004, and two option years. The Government will award a contract resulting from this solicitation to the responsible applicant whose quote is conforming to the factors of the solicitation; which should include any previous, recent, and relevant work experience in the education career field. ALL INFORMATION FROM THE APPLICANT AS WELL AS PRICING MUST BE SUBMITTED TO THE CONTACT LISTED BELOW ON OR BEFORE THE CLOSING DATE, 4:00PM MST, 16 SEPTEMBER 2003. All quotes and offeror representations and certifications must be faxed to (303) 677-6443 to the attention of SSgt J.P. Malboeuf. Direct your questions as well to SSgt J.P. Malboeuf at (303) 677-6747 or email address jan-pierre.malboeuf@buckley.af.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-SEP-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-NOV-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/821CONS/FA2543-03-Q-0020/listing.html)
 
Place of Performance
Address: BUCKLEY AFB, CO
Zip Code: 80011-9509
Country: U.S.A.
 
Record
SN00464827-F 20031106/031104215712 (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.