Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2004 FBO #0796
SOLICITATION NOTICE

U -- COMPUTER TRAINING, FPC NELLIS, LAS VEGAS, NV

Notice Date
1/30/2004
 
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
RFQ60701-001-4
 
Response Due
2/14/2004
 
Archive Date
7/20/2004
 
Point of Contact
Robert Chapman, Contract Specialist, Phone (972) 352-4517, Fax 972-352-4545, - Melvin Gardner, Section Chief, Mount/Pac, Phone (972) 352-4505, Fax (972) 352-4545,
 
E-Mail Address
rachapman@bop.gov, mgardner@bop.gov
 
Description
COMPUTER TRAINING, FPC NELLIS, LAS VEGAS, NEVADA Contracting Office Address: U.S. Department of Justice, Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Center, 346 Marine Forces Drive, Grand Prairie, TX 75051. DESCRIPTION: This is a combined synopsis/solicitation for commercial items in accordance with the format in Federal Acquisition (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. RFQ60701-001-4 is issued as a request for quotation. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-19. This action is unrestricted. The North American Industrial Classification System Code is 611710 and the Small Business Size Standard is $6 Million. The Government intends to make a single award. Award will be made to the responsible quoter who submits the most advantageous offer to the Government based on price. BACKGROUND: The Educational mission of the Federal Bureau of Prisons (BOP) is to provide educational opportunities to federal offenders committed to the care and custody of the United States Attorney General, by professional staff, consistent with acceptable community standards. To achieve this goal, the BOP has staffed its institutions with educational staff. To the fullest extent possible, the educational staff provides needed educational services within the Federal Prison Camp?s Educational Department. When specific educational services are not available within the institution, outside contracting agreements are established with educational providers to supplement the institution?s educational needs. Depending on the local community and expertise of in-house educational staff, these contractual agreements may include a combination of services. The Federal Bureau of Prisons intends to make an award to a qualified entity for the provisions of Microsoft Suite Computer Training as set forth in this solicitation. A.1 STATEMENT OF WORK: 1. The Contractor providing services under this solicitation shall adhere to all Federal and State laws and regulations in effect during the term of this contract. Services are required to be provided in accordance with this solicitation. Any contract resulting from this action does not constitute an employee/employer relationship. 2. Offerors are encouraged to submit an all inclusive proposal agreeing to provide all services as listed in the Schedule of Items. 3. At least, the Contractor shall provide on a non-discriminatory basis, specific educational services as required by this solicitation, not provided by the Federal Prison Camp, Nellis, NV. 4. The estimated services listed in the section title ?Schedule of Items? is not a representation to the Contractor that the estimated quantities will be required or ordered, or that conditions affecting requirements will be stable or normal. 5. The Contractor shall provide instruction in MS Suite Computer Training to consist of all of the following: Introduction to MS Word; Introduction to Excel; Introduction to MS Access; one class in Creating a Resume using MS Suite Computer Training 2. The objective is to provide the individual inmates with the knowledge, skills and course work necessary to successfully obtain a certificate for direct employment in the computer industry. 6. The objective of this contractual agreement is to provide individual inmates with the knowledge and skills to successfully pass a college level occupational program and assure that all eligible inmates receive training in computer skills that may strengthen the possibility of employment upon release. 7. The Contractor shall provide instruction in all related courses for the inmate population at the Federal Prison Camp, Nellis. The objective is to provide the individual inmate with the knowledge, skills, and course work necessary to successfully complete a Microsoft Suite Computer Training 2 Program. The Contractor will provide the program under the following conditions with services provided to Group (A) during first implementation and Group (B) during second implementation: Class # # of inmate students per class # of total hours per class completion # of hours per session # of sessions Days and # of weeks per class Times One (A) 10 102 3 34 Tue & Thu 17 weeks 8:00-11:00 a.m. Two (A) 10 102 3 34 Tue & Thu 17 weeks 12:00-3:00 p.m. Three (B) 10 102 3 34 Tue & Thu 17 weeks 8:00-11:00 a.m. Four (B) 10 102 3 34 Tue & Thu 17 weeks 12:00-3:00 p.m. Total FY 2004 40 408 N/A 136 N/A N/A 8. The SOE will provide the Contractor with a list of inmates to enroll in the program. The Contractor and the SOE will coordinate add and drops. The Contractor will provide grade rosters, curriculum outlines and any other information necessary for operating the Advance Occupational Education Program in Micro Soft Suite Training 2. 9. The Contractor will provide reports to the SOE as requested to indicate enrollment and completion levels and other relevant information which the Contractor shall be required to provide to the state or other funding authorities. The Contractor shall also report to the SOE, the names of inmates who are not meeting the objectives of the class, are not completing assignments, and who could possibly fail the class if intervention actions are not taken. 10. The Contractor will assist the inmates who have enrolled in the college program with resume preparation and will answer questions about how to fill out employment applications. 11. The Contractor will participate in recognition programs for the inmates population at the Federal Prison Camp, Nellis, NV. The Contractor shall participate in at least one formal graduation program at the institution. The Contractor shall be responsible for providing certificates for students who have satisfactory completed the course. 12. The Contractor will instruct classes, administer required examinations and certification tests, and will include demonstrations. The Contractor will submit a list of equipment, materials, supplies and films for approval prior to the beginning of class. The Contractor shall provide tutoring to students who are experiencing difficulty with group instruction. 13. The Contractor may provide classes utilizing distance learning (i.e. videos, TV broadcasts) if needed, but not to exceed 5% of the total instruction hours of a class. When distance learning is used, the Contractor will need to demonstrate that the class is taught by a certified teacher and that the curriculum is approved by the college. The Contractor, when utilizing distance learning, must provide a facilitator to be present at the times that the distance learning class is being offered. Verbal communication between the students (inmates) and the broadcasting site will be allowed only through the contract facilitator. At no time will inmates be allowed to use the telephones. Any questions or comments from the inmates will be relayed by the facilitator. Class enrollment and classroom schedules criteria will remain the same. Equipment needed for distance learning will be supplied, maintained, and repaired by the Contractor and must meet security regulations prior to installation. Labor needed for installation of distance learning equipment will be supplied by the Contractor, after appropriate security clearances are completed. A1.1 SPECIAL QUALIFICATIONS REQUIRED The contractor must be a college or university accredited by one of the Regional Institutional Accrediting Agencies recognized by the U.S. Department of Education. All contractor staff assigned to provide instructional services as part of this contract must have a BA/BS degree and be qualified to teach all courses listed in section A.1, Statement of Work, Item 5. They must also have at least two years teaching experience in a classroom setting. Proof of special qualifications must be provided along with submission of quotes. A.2 WORK SCHEDULE The classes will be taught in three-hour sessions. Classes will be taught Tuesday and Thursday. Classes shall take place between 8:00 a.m. and 11:00 a.m.; and 12:00 p.m. and 3:00 p.m. The actual schedule of work will be mutually agreed upon by the Contractor and the SOE upon contract award. It is estimated that a total of four 16 sessions will be used during a 30 day period, with an estimated 136 sessions being required annually. THIS ESTIMATE IS NOT A REPRESENTATION TO THE Contractor THAT THE ESTIMATED QUANTITY WILL BE A REQUIREMENT OR ORDERED, OR THAT CONDITIONS AFFECTING THE REQUIREMENTS WILL BE STABLE OR NORMAL. A.2.1 PRICING Offerors are required to submit a completed copy of the Schedule of Items, located in section A.3, inclusive of the base year and all options periods. Award will be based on price and price related factors only. A.2.2 SUBSTITUTE SERVICES Prior to utilizing replacement staff, security clearance must be obtained from the COTR/CO in accordance with the security requirements of this solicitation. The Contractor shall be responsible for providing all necessary personnel for each scheduled session. In cases where Contractor personnel are not able to attend a scheduled session, the Contractor shall provide a equally qualified replacement. If the Contractor fails to provide the necessary personnel to perform a scheduled session, the Contractor shall be responsible for reimbursing the BOP for any costs incurred due to the cancellation. A.2.3 GOVERNMENT QUALITY ASSURANCE The Government reserves the right to inspect and evaluate all services provided during the performance of this contract. The Government may conduct surveillance of any task at anytime during the performance of this contract. All surveillance observations will be documented by the designated Contracting Officer?s Technical Representative (COTR). A.2.4 PLACE OF PERFORMANCE The place of performance will be the classrooms and offices of the Education Department at the Federal Prison Camp Nellis, 8221 Seymour Johnson Ave, Las Vegas, NV. 89191. A.2.5 MANAGEMENT: Provisions of the services under this contract will require frequent and unsupervised contact with inmates. The contractor will not be for the management of inmates other than ensuring that those inmates involved in activities within the contractor?s scope of work, are abiding by all rules in effect to ensure their safety and well being. The contractor shall inform the COTR of any inmate found in violation of those rules. The contractor will be monitored by the COTR. The contractor shall attend all training required by the Bureau of Prisons for contract workers. The contractor will not be permitted to attend institution meetings, staff recalls, or government training sessions for institution staff on contract time or as a consideration of the contract. The contractor may attend team meetings, departmental meetings, or other meetings relating to the involvement of the services to be provided by terms of the contract. Required meetings will be accomplished on scheduled contract time. The contractor will provide a monthly billing statement to the contract monitor that accurately reflects the days of each session, the number of hours or sessions of each visit, the general content of the sessions, and the total dollar amount due for that months services. Contractor will sign in the contractors? log book upon entering and leaving the institution. A.2.6 RESTRICTIONS OF CONTRACT WORKERS: The contractor shall not: 1) Supervise inmates, 2) Supervise Bureau of Prisons staff, 3) Participate in inmate accountability, 4) Requisition, sign for or pick up supplies, 5) Formulate policy or procedures, 6) Attend recalls or staff functions. A.3. SCHEDULE OF ITEMS Base Year: Date of Award (DOA) through 12 months. Qty. Unit Cost Per Session Microsoft Suite 3 hours per session ________ Computer Training Total Annual Cost 136 sessions ___________ Option Year 1: 13 months through 24 months from DOA. Qty. Unit Cost Per Session Microsoft Suite 3 hours per session ______________ Computer Training Total Annual Cost 136 sessions ______________ Option Year 2: 25 months through 36 months from DOA. Qty. Unit Cost Per Session Microsoft Suite 3 hours per session ______________ Computer Training Total Annual Cost 136 sessions ___________ A.4 OFFERORS ARE REQUIRED TO INCLUDE A COMPLETED COPY of the provision 52.212-3, Offeror Representations and Certifications Commercial Items with their offer. The Government will make award based on price. A.5 The following FAR clauses apply to this acquisition: 52.204-6, Data Universal Numbering System; 52.204-7, Central Contract Registration, Alternate I, prior to contract award; 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition,(Delete c, d, h and i) 52.212-4, Contract Terms and Conditions Commercial Items; 52.216-1, Type of Contract (Requirements type contract with a firm fixed unit price); 52.216-18, Ordering (from the first day of the effective contract period through the last day of the effective contract period); 52.216-19, Order Limitations ((a) $50.00, (b) (1) the yearly estimated quantity (2) the yearly estimated quantity (3) 30 days); 52.216-21, Requirements (after the last day of the effective contract period); 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services (Contractor prior to expiration of the current performance period); 52.217-9, Option to Extend the Term of the Contract ((a) Contractor by the last day of the current performance period, at least 60 days before the contract expires (c) five years); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 1, 3, 7, 10, 13, 15-19, 24, and 29 are applicable; 52.224-1, Privacy Act Notification; 52.224-2, Privacy Act; (Class Training Records) 52.228-5, Insurance - Work on Government Installation; 52.232-18, Availability of Funds; 52.232-19, Availability of Funds for the Next Fiscal Year; 52.233-2, Service of Protest; 2852.201-70 of the Justice Acquisition Regulations (JAR), Contracting Officer?s Technical Representative (a) Frank Tinajero, Federal Prison Camp Nellis, North Las Vegas, NV. A residency requirement certification as stated below, must be completed and returned with the offer/bid/quote for individuals applying for a contract. Companies must submit a completed certification for each of their employees performing work at the Federal Bureau of Prisons, prior to performance. In order to facilitate the clearance process, companies should submit the certifications as soon as it is apparent which employees will be performing the work but no later than one week prior to performance. Documentation to substantiate residency may be requested at anytime prior to award for contracts with individuals, and prior to performance for awards to other than individuals. Residency Requirement I certify that for three of the five years immediately prior to responding to this solicitation, I have: 1) resided in the United States (U.S.); 2) worked for the U.S. overseas in a Federal or military capacity; or 3) have been a dependent of a Federal or military employee serving overseas. Clauses may be viewed or downloaded by accessing the website at: http://www.arnet.gov. All responsible sources may submit an offer which will be considered for award. NO SOLICITATION DOCUMENT WILL BE ISSUED. All potential offerors are advised that this solicitation includes the clause at FAR 52.204-7, Central Contractor Registration (CCR). This clause requires all contractors doing business with the Federal Government after September 30, 2003, to be registered in the CCR database. Offerors should include their Data Universal Number System (DUNS) number in their offers. The Contracting Officer will verify registration in the CCR database prior to award by entering the potential awardee?s DUNS number into the CCR database. Failure to complete the registration procedures outlined in this clause may result in elimination from consideration for award. Instructions for registration in the CCR can be found at www.ccr.gov. A.6 OTHER PROVISIONS: a. the service is a contractual arrangement and not a personnel appointment; b. payment shall be based on the provision of and an end result or the accomplishment of a specific result; c. the service does not constitute an employer/employee relationship; and d. the Contractor will not be subject to Government supervision, except for security related matters. However, Contractor performance shall be closely monitored. A.7 INSTITUTION SECURITY: Contractor will adhere to all regulations prescribed by the institution for the safety, conduct and custody of inmates. The contractor shall attend an orientation program prior to assuming their full duties within the institution. The contractor?s performance will be monitored by the COTR. A.8 SECURITY REQUIREMENTS: The following information is required to be completed before the contractor can perform under the intended award in accordance with Bureau of Prisons Acquisition Policy (BPAP) 37.103(b): 1. National Crime Information Center (NCIC) check; 2. DOJ-99 (name check); 3. FD-258 (fingerprint check); 4. Law Enforcement Agency checks; 5. Vouchering of Employers over past five years; 6. Resume/Personal Qualifications; 7. OPM-329-A; Authority for Release of Information and 8. NACI check (if applicable) Each prospective contractor is advised that a urinalysis test is required (for detection of marijuana and other drug usage) prior to performance. If the proposed contract is with an individual, and if the test is positive, the proposed contractor shall be disqualified from being awarded the contract. If the proposed contract is with a company and the individual(s) assigned to perform the work tests positive, the individual(s) shall be excluded and the proposed contractor shall provide acceptable replacement personnel Subject to the same security requirements. Contractor employees will be allowed access to the institution at the sole discretion of the Chief Executive Officer (CEO). The Contractor agrees to adhere to all regulations prescribed by the institution in regards to the safety, custody, and conduct of inmates. The Contractor will report any infractions of institution rules and regulations by the inmates to the Health Services Administrator, the Contracting Officer?s Technical Representative, or an other medical staff member. The contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. The Contractor or their designated personnel shall attend a one time orientation program, consisting of approximately four (4) hours, prior to performing any services at the institution. The date and time for this orientation will be mutually agreed upon by both parties, and reimbursement for attendance will be at the contract rate. A.9 PERIOD OF PERFORMANCE: This contract shall consist of a base year and two (2) one year options. The award of the base year shall be from the date of award through twelve (12) months. The Government has the right, but is not required to award the Option year, but shall notify the contractor in writing 60 days prior to the option year period with the Governments intent. BASE YEAR: Date of Award (DOA) through twelve (12) months OPTION YEAR 1 Thirteenth (13) month through twenty fourth (24) month OPTION YEAR 2 Twenty fifth (25) month through thirty sixth (36) month A.10 Submission of Quotation: On letterhead or business stationary, the following information is required: (1) Request for Proposal Number, (2) price quote for each session and extended total price for each year (Each session is defined as Three (3) hours), (3) Offerors Representations and Certifications (FAR 52.212-3) (4) Residency Requirement Certification (5) Documents to verify all Special Qualifications. Offers must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Center, 346 Marine Forces Drive, Grand Prairie, TX 75051 by 2:00 P.M. Central Standard Time, February 14, 2004. Offers may be faxed to 972-352-4545 or e-mailed to rachapman@bop.gov. If you fax or email your offer please call to confirm receipt. Point of Contact: Robert A. Chapman, Contract Specialist, Phone 972-352-4517, Fax 972-352-4545, E-mail rachapman@bop.gov
 
Place of Performance
Address: Federal Bureau of Prisons, Federal Prison Camp, Education Department, 8221 Seymour Johnson Ave., Las Vegas, NV
Zip Code: 89191
Country: USA
 
Record
SN00513003-W 20040201/040130212103 (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.