Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2003 FBO #0724
SOLICITATION NOTICE

U -- U - Vocational Training Services (Auto CAD)

Notice Date
11/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQ-61603-0015-3
 
Response Due
12/22/2003
 
Archive Date
2/15/2004
 
Point of Contact
Freelon Payton, Contracting Officer, Phone (972) 352-4514, Fax (972) 352-4545,
 
E-Mail Address
fpayton@bop.gov
 
Description
(i) 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. (ii) The solicitation for Vocational Training Services-Auto Computer Aided Drafting/Design (AutoCAD) is being issued as a Request for Quotation. The Request for Quotation Number is 61603-0015-3. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2001-17. (iv) This is a not small business set-aside. The associated NAICS code is 61121, and the small business size standard is $6,000,000. The Small Business Competitiveness Demonstration Program is not applicable to this acquisition. (v) The list of contract line items for the Base Year and each Option Year are: (0001) Practical Business Math (Math Procedures), 1 course, (0002) Machine Tools Technology, 1 course, (0003) Metal Trades Blueprint Reading, 1 course, (0004) Auto-CAD I (Introduction), 1 course, (0005) Auto-CAD II (3-D Modeling), 1 course , and (0006) Mandatory BOP Contractor Training (2 instructor X 4 hours), 8 hour. All quotes per course will be inclusive of tuition, books, supplies and other course materials required for each course. Pricing must be provided for the base year and each option year period. The performance period will be as follows: Base Year from date of Award through September 30, 2004; Option Year One from October 1, 2004 through September 30, 2005; Option Year Two from October 1, 2005 through September 30, 2006; Option Year Three from October 1, 2006 through September 30, 2007; and Option Year Four from October 1, 2007 through September 30, 2008. (vi) STATEMENT OF WORK: The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to award firm-fixed-unit-price type contract for the provision of vocational training services (Auto-CAD) at the Federal Correctional Institution located at 13777 Air Expressway Boulevard, Victorville, CA 92394. Award will be made to the quoter who submits the most advantageous offer to the Government based on technical capability, past performance, and price. The contractor will conduct and provide instruction to inmates in the following classes: 3 unit course in Practical Business Math Procedures, Machine Tool Technology, Metal Trades Blueprint Reading, Introduction to Mechanical Computer Aided Design/Drafting, Three Dimensional Mechanical Computer Aided Design/Drafting with AutoCAD (2 unit course). All course will count as college credit hours. Course line items 0001, 0002, and 0003 will be required to meet once a week, at a minimum, for six (6) hours. The six hours will be defined as one (1) session. Each of the above classes will run for a nine week period. Course line item 0004 is required to meet twice a week for six (6) hours on each class date. This class will consist of two (2) sessions per week. This class will run for a nine week period, and course line item 0005 will meet twice a week with each class consisting of one (1) six hour session. This class will consist of two (2) sessions per week and it will run for a six week period. A terminal Certificate of Completion, documenting the inmate?s specific proficiencies is required for each inmate who completes all five courses. FEES & SUPPLIES: College credit hours will be warded to all students who successfully complete the courses. FCI Victorville will furnish the software AutoDesk 2002. Registration fees, tuition, lab fees and any incidental fees will be included in the contract price. QUALIFICATIONS: The contractor must be a community or junior college, listed in the directory entitled Accredited Institutions of Higher Education, Western Association of Schools and College. All contractor staff assigned to provide instructional services as part of this contract must have a BA/BS degree and be qualified to teach AutoDesk?s Architectural Desktop version 2.0. They must also have at least two years teaching experience in a classroom setting. The Contractor shall provide pre-approved and qualified personnel to act as an alternate instructor in the event of the primary instructor?s absence, or the class will be extended additional session(s) to complete the course curriculum. (vii) SCHEDULE: The courses will be held in the Education Department at the FCI Victorville between the hours of 8:00 a.m. to 11:00 a.m. and from 12:00 p.m. to 3:00 p.m, not to exceed 30 hours per week. Specific dates for the classes will be mutually agreed upon between the Supervisor of Education and the Contractor. Class population will consist of no more than 15 inmates. Inmate students will be selected by the Supervisor of Education. The proposed academic schedule will apply with the exception of institution emergencies. In the event of an emergency, classes may be delayed or cancelled as necessary. (viii) The FAR provision at 52.212-1, Instructions to Offeror-Commercial Item, is applicable to this acquisition. The addenda for FAR provision 52.212-1 reads: In accordance with FAR 12.302(a), the provision at 52.212-1 is hereby tailored to modify the following elements of the provision. At paragraph (c), ?Period of Acceptance of Offers,? is deleted in its entirety; it has been determined to be not applicable to this acquisition. At paragraph (i), ?Availability of requirements document? cited in the solicitation, is deleted in its entirety; it has been determined to be not applicable to this acquisition. SUBMISSION OF QUOTES: Sealed quotes shall be submitted on or before the offer deadline of December 22, 2003. Offers shall be submitted to the following address: Federal Bureau of Prisons, Field Acquisition Office, U.S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas 75051, Attn: F. Payton, III, Contracting Officer. Mailed and hand-carried offers must be delivered to the Contracting Officer at the specified address no later than the time specified as the deadline for receipt of quotes. The official point of receipt for hand-carried offers will be a the first floor reception area of the address specified. Offers received after the quote deadline will not be considered. The offer?s quotes shall include: page 1, Contractor?s name, address, telephone and facsimile number, page 2, contract pricing for base and four one year option periods, copies of diploma from college or university, proposed curriculum, completed FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, business references to include present and previous references, address and telephone number of reference (no more than three (3) references), contract number, and financial references (financial institution?s name, address, telephone and facsimile number, point of contact). AWARD METHODOLOGY: The Government intends to make a single award to the offeror, pursuant to an affirmative determination of responsibility, whose quote, conforming to the solicitation, is determined to be in the best interest of the Government, considering price and other factors considered. 52.233-2, Service of Protest (AUG 1996), (a) Protests, as defined in Section 33.101 of the Federal Acquisition Regulation, that are filled directly with an agency, and copies of any protests that are filled with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Procurement Executive, Federal Bureau of Prisons, 320 First Street, NW, Room 5006, Washington, DC 20534 (b) The copy of any protest shall be received in the office designated above within one day of filling a protest with the GAO. PROTESTS FILED DIRECTLY WITH THE DEPARTMENT OF JUSTICE (JAN 1998), UNSAFE CONDITIONS DUE TO THE PRESENCE OF HAZARDOUS MATERIAL (JAR 2852.223-70) (JUN 1996). (ix) The FAR provision at 52.212-2, Evaluation-Commercial Item, is applicable to this acquisition. Paragraph (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability, past performance, and price. (x) The FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, is applicable. The Offerors are required to submit a completed copy of the provision at the time the offer is submitted. (xi) The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, is applicable to this acquisition. Addendum to FAR 52.212-4, the terms and conditions for the following clauses are hereby incorporated into this solicitation and resulting contract as an addendum to FAR clause 52.212-4. Pursuant to FAR 52.252-2, the following clauses are incorporated by reference: 52.204-4, Printed or Copied Doubled-Sided On Recycled Paper (AUG 2000); 52.217-8, Option to Extend Services (Nov 1999). The Contracting Officer may exercise the option by written notice to the Contractor by the last day of the current performance period. 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor by the last day of the current performance period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. 52.224-1, Privacy Act Notification (APR 1984). 52.224-2, Privacy Act (APR 1984). 52.232-18, Availability of Funds (APR 1984). 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984). 52.253-1, Computer Generated Forms (JAN 1991). CONTRACTING OFFICER?S TECHNICAL REPRESENTATIVE (COTR) (JAR 2852.201-70)(JAN 1985), (a) Paul Hanson, Supervisor of Education, Federal Bureau of Prisons, Victorville, CA is the Contracting Officer under this contract. (b) The COTR is responsible, as applicable, for: receiving all deliverables, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. (c) The COTR does not have the authority to alter the contractor?s obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such change. (xii) The FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Item, is applicable to this acquisition. Also, additional clause cited in this clause is applicable as follows: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-8, Utilization of Small Business Concerns (OCT 2000) (15 U.S.C. 637(d)(2) and (3)); 52.219-9, Small Business Subcontracting Plan (JAN 2002) (15 U.S.C. 637(d)(4)); 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)); 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (JUN 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). Price evaluation adjustment for Small Disadvantaged Business Concerns shall be 10%; 52.222-3, Convict Labor (JUN 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.225-16, Sanctioned European Union Country Services (FEB 2000) (E.O. 12849); 52.232-33, Payment by Electronic Funds Transfer-- Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). (xiii) SPECIAL CONTRACT CONDITIONS - TYPE OF CONTRACT. The Government contemplates award of a firm fixed price contract resulting from this solicitation. The resulting contract will include an one year base period and four 12-month option periods for renewal at the unilateral discretion of the government. Pursuant to FAR 17.203(b), the government?s evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), offerors may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. Offerors are advised that the Government has the unilateral right to exercise options periods in accordance with FAR 43.103(b) and 52.217-9, Option to Extend the Term of the Contract, and 52.217-8, Option to Extend Services. NON-PERSONAL SERVICE: Award of this contract will result in a contractual arrangement only and shall not be construed as a personnel appointment with the Federal Bureau of Prisons. Payments to the contractor shall be based on the provision of an end product or the accomplishment of a specific result. Services provided do not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security-related matters; however, its efforts will be monitored for quality assurance. Performance and Acceptance: PERFORMANCE CONDITIONS: The contractor shall provide the services described in the Statement of Work independent of the Government supervision. The manner of performing and delivery of services as outlined in this solicitation are the sole responsibility and within the sole discretion of the successful contractor provided that the services are rendered in accordance with the Statement of Work. Acceptance: In accordance with FAR 46.503 and 46.403(a)(6), the Place of Acceptance for services under this contract is of the Federal Correctional Institution, Victorville, CA. The performance of these services will also be verified by the designated Contract Monitor. The Contractor will be responsible for submitting written reports, evaluations, and/or treatment plans for all patient evaluated. These reports may be in hand written form, or typewritten form, verified by the Contractor?s signature. INMATE MANAGEMENT: Provision of services under this contract will require frequent and unsupervised contact with inmates. The Contractor will not be responsible for administrative management of inmates, other than to ensure that those inmates involved in activities within the Contractor?s scope of work shall abide by all rules in effect to ensure their safety and well being. Contractor will take attendance daily on a roll sheet provided by the institution, noting and reporting all absences. The roll sheet will be turned in to a BOP Vocational Training Instructor at the conclusion of each class. Any inmate who had more than two unexcused absences will be dropped from the course. CONTRACT SECURITY/INVESTIGATION REQUIREMENTS: The employees of the contractor entering the institution shall meet certain security requirements to receive an institution pass as required by the Bureau of Prisons Program Statement 3000.02, dated November 1, 1993. Primary concerns are the amount of contact that may occur between the Contractor and his/her employees with the inmate population during the performance of the contract. The program managers at each institution is responsible for conducting the appropriate vouchering, law enforcement checks, and ensuring that fingerprinting is completed on all contractors and/or contractor? staff that may need access inside the confines of the secure perimeter. The Human Resource department will establish a security file that will be maintained on each of the contractor?s employees from the beginning of the contract through its duration. The following investigative procedures will be performed: National Crime Information Center (NCIC) check; DOJ-99 (Name Check); FC-258 (Fingerprint Check); Law Enforcement Agency Checks; Vouchering of Employers; Resume/Personal Qualifications; OPM-329-A (Authority for Release of Information); National Agency Check and inquiries (NACI) Check (if applicable); and Urinalysis Test (for detection of marijuana and other drug usage). In submitting a quote, the contractor and its employees agree to complete the required documents and undergo the listed procedures. An individual who does not pass the security clearances will be unable to perform services under the contract. The final determination and completion of the security investigation procedures will be made at the sole discretion of the institution. All persons are advised that a urinalysis test for the detection of marijuana and other drug usage shall be performed. Any person(s) testing positive shall be disqualified from performing under the resulting contract. Any individual employed by the Contractor deemed not suitable by the Bureau of Prisons requirement will not be granted access to perform services under the contract. This is a condition of the contract. The Contractor must be in compliance with the Department of Justice regulations at 8 CFR 274a regarding the employment of aliens. A copy of this directive is available upon the Contractor?s request. The Contractor may be required to submit to testing for or provide evidence acceptable to the Clinical Director of recent testing for tuberculosis or other communicable diseases as might be required by the Clinical Director. Failure to submit to testing for or provide acceptable evidence of recent testing for or immunity to selected communicable diseases shall be grounds for denying access to inmates and result in termination of the contract. In addition, each Contractor and/or Contractor?s employee must attend a four hour orientation program at the institution. The purpose of this program is to familiarize contractor?s employees with the institutions operations, the institution, and general rules of conduct and procedures inside the institution. Reimbursement to the contractor for time spent in institution orientation or other specific security related training will be allowed at the pro-rated session rate. Contractor employees shall adhere to all regulations regarding conduct and performance. Contractor employees will be allowed access to the institution at the sole discretion of the Chief Executive Officer (CEO). Any individual performing under this contract may be removed if it becomes apparent that hi/her conduct does not reflect the conduct of that prescribed for those people performing under non-personal service contracts. custody, and conduct of inmates. The contractor shall attend an orientation program . CONTRACT ADMINISTRATION: Contracting Officer Responsibility: Authority to negotiate changes in terms, conditions, or amounts cited in this contract is reserved to the Contracting Officer. This responsibility may be delegated to an Administrative Contracting Officer by the Contracting Officer. Ordering Official: Task orders may be issued only by the Contracting Officer, Administrative Contracting Officer, or an ordering official for FCI Victorville with an appropriate certificate of appointment or a delegation of authority. Task Order: Task orders under this contract may be issued in the form of a BOP purchase document. The Contracting Officer will designate in writing a Contracting Officer?s Technical Representative (COTR) who will be responsible for: 1) Monitoring the technical progress, including surveillance and assessment of performance and issuing technical changes; 2) Interpreting Statement of Work and/or Scope of Services; 3) Technical evaluation as required; 4) Technical inspection and acceptance; 5) Assisting in the resolution of technical problems encountered by the contractor during performance; 6) Monitoring funds available for obligation; 7) Ensuring that resultant invoices and payments are processed in a timely manner, and; 8) Assisting in resolution of administrative problems encountered by the contractor during performance. PRIVACY ACT NOTIFICATION: This contract requires the contractor, on behalf of the institution, to provide educational services, record and provide record of academic achievement information to the BOP. The contractor must provide information requested under this contract. The BOP will use the information for financial, legal, research, and educational procedures. Disclosure of this information may be made by the BOP to: fiscal intermediaries; the U.S. Department of Education; other education facilities of higher learning as permitted by the BOP; the Department of Justice for their representation of the United States; and for Congressional inquiry; quality assessment; analytical and evaluation studies; to federal or state agencies as required by law; and research purposes supported by the BOP. The contractor must forward all other requests for information to the COTR. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition. (xv) Note number none (xvi) All quotes (offers) are due on December 22, 2003 at 2:00 p.m. (CST). All responsible sources may submit a quotation which shall be considered by the agency. (xvii) All questions regarding this solicitation should be addressed to F. Payton, III, Contracting Officer at (972) 372-4514.
 
Place of Performance
Address: 13777 Air Express Way Boulevard, Victorville, CA
Zip Code: 92394
Country: USA
 
Record
SN00472566-W 20031121/031119211909 (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.