Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
MODIFICATION

R -- Computer Specialist Position

Notice Date
7/28/2005
 
Notice Type
Modification
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-06-Q03014
 
Response Due
7/29/2005
 
Archive Date
8/13/2005
 
Point of Contact
Judy Taylor, Contract Specialist, Phone 919-722-5410, Fax 919-722-5404,
 
E-Mail Address
judy.taylor@seymourjohnson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-04. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Small Business Set-Aside. This is a firm-fixed price procurement and will be procured using commercial procedures. Solicitation Number is FA4809-06-Q-03014 The NAICS code 611710 to this solicitation. The size standard is $6M. PRICEING MUST BE PRESENTED IN A HOURLY RATE FOR 960 HOURS FOR THE ENTIRE YEAR. 52.232-18 -- Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer Statement of Work: BASE TRAINING AND EDUCATION SERVICES (BTES) TECHNOLOGY/COMPUTER SUPPORT 1. DESCRIPTION OF SERVICES: Non-Personal services in support of U.S. Air Force voluntary off-duty education program to include providing computer technology support and assistance as contained in this SOW. 2. PERIOD OF PERFORMANCE: The contract start date is 1 Oct 05 through 30 Sep 06. 3. QUALIFICATIONS: A proven 2 – 5 years experience in both hardware and software (MS Office, Windows 98/2000, NT etc.) application support being utilized by the BTES. Excellent customer service skills and verbal communication skills are essential. Knowledge of/experience with Air Force computer/network security regulations is preferred. Must be able to install and operate multi-media software using stand-alone or networked computers. Must be able to troubleshoot software problems. Must have knowledge of Air Technology Network (ATN) equipment for use in Satellite training sessions. Resumes transcripts and references shall be submitted with contractor’s proposal to the BTES Team Leader. 4. WORK HOURS/DAYS: Exact days and times of services will be made by the government in advance and may be modified according to changing program needs. The government, BTES Team Leader or designee, will specify work elements/schedules that must be performed to assist in the normal day to day technology operations. The pre-determined, routine work hours will be set in advance by the BTES Team Leader. However, in the event of emergency (total system disabled, etc.) the contractor must respond within 4 hours from time of call/request by the BTES Team Leader or designee. Normally, 20 hours will be worked per week.during the hours of 0730-1630. Occasionally, at the request of the Base Training and Education Services (BTES) Team Leader/or designee, evening hours or additional hours may be required. 5. GUIDELINES: All tasks shall be accomplished in accordance with all DoD, Air Force, Air Combat Command, and local base computer/technology guidelines and regulations. The Air Force Instructions (AFI’s) will be made available upon request (some are available through on-line references material). 6. SECURITY REQUIREMENTS FOR UNCLASSIFIED CONTRACTS a. Listing of Employees. The contractor shall maintain a current listing of employees. The list shall include the employee’s name, social security number and type of investigation if contract work involves unescorted entry to Air Force restricted areas or other sensitive areas designated by the installation commander. The list shall be provided when an employee’s status or information changes. b. Security Training. The contractor ensures all contractor employees receive initial and recurring security education training from the sponsoring agencies security manager. Training must be conducted IAW DOD 5200.1-R, Information Security Program Regulation, and AFI 31-401, “Information Security Program Management”. Contractor personnel who work in Air Force controlled/restricted areas must be trained IAW AFI 31-101, The Air Force Installation Security Program. c. Pass and Identification Items. The contractor shall ensure the pass and identification items required for contract performance are obtained for employees and non-government owned vehicles. d. Retrieving Identification Media. The contractor shall retrieve all identification media, including vehicle passes from employees who depart for any reason before the contract expires; e.g. terminated for cause, retirement, etc. e. Traffic Laws. The contractor and its employees shall comply with base traffic regulations f. Weapons, Firearms, and Ammunition. Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or within their contractor-owned vehicle or privately owned vehicle while on Seymour Johnson AFB. g. For Official Use Only (FOUO). The contractor shall comply with DoD 5400-7-R, Chapter 4, DoD Freedom of Information Act (FOIA) Program, requirements. This regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting and safeguarding FOUO material. h. Reporting Requirements. Contractor personnel shall report to an appropriate authority any information or circumstances of which they are aware may pose a threat to the security of DoD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by BTES Team Leader or designee upon initial on-base assignment. i. Physical Security. The contractor shall be responsible for safeguarding all government property and controlled forms provided for contractor use. At the end of each work period, all government facilities, equipment, and material shall be secured. j. Controlled/Restricted Areas. (IF APPLICABLE) The contractor shall establish and implement local base procedures for entry to Air Force controlled/restricted areas where contractor personnel will work. An AF Form 2586, Unescorted Entry Authorization Certificate, must be completed and signed by the sponsoring agencies Security Manager before a Restricted Area Badge will be issued. Contractor employees must have a completed National Agency Check (NAC) investigation before receiving a Restricted Area Badge. k. Key Control. (IF APPLICABLE) The contractor shall establish and implement methods of making sure all keys issued to the contractor by the Government are not lost or misplaced and are not used by unauthorized persons. The contractor shall not duplicate any keys issued by the government. 1. The contractor shall immediately report to the BTES Flight Chief or Building Manager any occurrences of lost or duplicated keys. 2. In the event keys, other than the master keys, are lost or duplicated, the contractor may be required, upon written direction of the contracting officer, to re-key or replace the affected lock or locks without cost to the government. The government may, however, at its option, replace the affected lock or locks or perform re-keying and deduct the cost of such from the monthly payment due the contractor. In the event a master key is lost or duplicated from the monthly payment due the contractor. 3. The contractor shall prohibit the use of key, issued by the government, by any persons other than the contractor’s employees and the opening of locked areas by contractor employees to permit entrance of persons other than contractor employees engaged in performance of contract work requirements in those areas. 7. LOCK COMBINATION: (IF APPLICABLE) The contractor shall control access to all government provided lock combinations to preclude unauthorized entry. The contractor is not authorized to record lock combinations without written approval by the government Program Manager. Record with written combinations to authorized secure storage container, secure storage containers, secure storage rooms, or certified vaults, shall be marked and safeguarded at the highest level as the classified material maintained inside the approved containers. 8. SPECIAL REQUIREMENT: Contractor must inform the BTES Team Leader of anticipated absence from a scheduled unit at least 24 hours prior to scheduled absence except in emergency situations. Non-emergency leave of 1 week or more must be scheduled with the BTES Team Leader at least 4 weeks in advance and may not exceed two weeks at a time with a maximum of 4 weeks in one fiscal year. 9. MATERIAL AND EQUIPMENT: The government will provide all necessary workspace and access required to fulfill the requirements of this contract. 10. TECHNOLOGY SUPPORT TASKS: a. Provide hardware and software system administration on all government owned computers, servers, fax machines, satellite receivers, switches, routers, printers, and other peripherals critical to proper function of Seymour Johnson AFB BTES technology systems. b. Provide maintenance to maintain classroom equipment in working order to include replacement and return of print cartridges, provide printers with paper, maintain SMART board focus. Troubleshoot and report problems with computers, overhead projectors, SMART boards. Take corrective action where feasible. Report any repairs that cannot be accomplished locally to the BTES Flight Chief and support warranty equipment by working through vendor(s). Keep records on cartridge and paper usage and report replacement needs to BTES Flight Chief. Support Seymour Johnson AFB BTES Web Page. c. Implement any new systems (software/hardware) and peripherals as required by the BTES Team Leader. Set up new computers and other information systems in a timely manner to support gradual improvement of the BTES facility. Maintain software license agreements. d. Provide all networking architecture recommendations and networking support to improve BTES network as directed by the BTES Team Leader. Provide reports statistics as required. e. Establish procedures for safe guarding all critical data. Design back-up methodology to guarantee uninterrupted Base Education Office service to customers. f. Develop tracking system to (including all required documentation) monitor all information systems. Establish diagram of facility with associated database to track fixes and implementation of information systems. g. Provide for safe migration of important data from one system to another. Install and maintain Education Center primary database. Conduct upgrades to database and provide training to BTES personnel. Ensure Education primary database is backed up on a weekly basis. h. Provide recommendations to director of the facility for future planning and improvements to existing information systems structure. i. Assist director in research and purchase of all information/security systems and components required to improve existing structure. j. Provide for proper information security on all systems. Maintain security updates on all BTES owned computer systems. Educate personnel on proper security procedures to protect sensitive data and records. k. Train office personnel on software required for them to efficiently execute their jobs. Train instructors on use of classroom equipment and provide written instructions as needed. l. Perform any other critical systems support as requested by the BTES Team Leader for successful operation of the BTES technology. m. Complete/support monthly, quarterly, and yearly inventory of equipment located in the Base Education Office and other areas as required. Ensure inventory is updated. n. Maintain and update equipment database as required by the BTES Team Leader. Prepare and assist with turn-in of outdated equipment. o. Provide general customer service support upon request to include providing or re-setting user log-ins. p. Support testing program and initiatives while following applicable security directives. Assist testing operations as required (e.g. troubleshoot software/hardware/FTP glitches, UPS malfunction). Ensure current E-tests are available for administration by monitoring AFIADL web site updates. Keep abreast of changes or downloads required by checking web site weekly. Maintain a log with annotated dates of all uploads. Uploads will be accomplished within 2 working days of posting unless otherwise directed on web site. q. The contractor will manage the use of the computer laboratory equipment and ATN equipment. The contractor will notify the BTES Team Leader of malfunctioning equipment. r. The contractor will assist the BTES Team Leader in identifying needed upgrades to distance learning equipment. s. On the day of scheduled broadcast ensure the training room is fully operational. The contractor will support all broadcasts, greeting each group and providing information on facility (smoking area, rest rooms etc.), equipment use, and administer any exams or course surveys required. The contractor will monitor the ATN classroom periodically during the broadcast and will be available to assist with any technical problems that may exist. The contractor will videotape each broadcast and retain the most recent videotape for each course in a library. The contractor will administer all examinations and course critiques in accordance with the training course manager’s instructions. t. Security Clearances: As per AFSSI 5027 paragraph 5.3.1 All persons accessing the base network must, at minimum, have a completed National Agency Check (NAC, ENTNAC, or equivalent) verified through the automated security clearance approval system (ASCAS) roster. u. Common Access Card: Contractor will, as a part of the Public Key Infrastructure (PKI), obtain a common access card (CAC) to protect and digitally sign electronic mail and documents. This card is utilized as a DoD identification card. 11. TERMINATION: Contract may be terminated in accordance the termination clauses contained within the contract. 12. PAYMENT SUBMISSIONS: Monthly detail reports of hours and days worked must be submitted for approval to the BTES Flight Chief for review before payment will be authorized. 13. GLOSSARY OF TERMS: Commonly used military and education-related acronyms, abbreviations and definitions with which contractor must be familiar: AEA Assistant Education Advisor NPSC Non-Personal Services Contract (covers each contract position) SOW Statement of Work (position description and responsibilities) D&B# Dunn and Bradstreet Number (must obtain prior to registering as gov contractor) BPA# Blanket Purchase Agreement Number BESC/BESP Base Education Services Center/Base Education Services Program BTES Base Training and Education Services BEPAC Base Education Plan and Advisory Committee ESS Education Services Specialist ESC Education Services Center (BTES) ET Education Technician TE Test Examiner MAJCOM Major Command (major divisions within the Air Force) ACC Air Combat Command (HQ at Langley AFB, VA) AFSPC Air Force Space Command (HQ at Peterson AFB, CO) AETC Air Education and Training Command (HQ at Randolph AFB, TX) AMC Air Mobility Command AFMC Air Force Material Command PACAF United States Air Forces Pacific (HQ at Hickam AFB, HA) USAFE United States Air Forces Europe (HQ at Ramstein AFB, GE) AFSOC Air Force Special Operations Command AFRC Air Force Reserve Command ANG Army National Guard DANTES Defense Activity for Non-Traditional Education Support TCO Test Control Officer ATCO Alternate Test Control Officer CLEP College Level Examination Program (test for credit) DSST DANTES Subject Standardized Test (test for credit) GED Tests of General Education Development (high school equivalency exam) SAT Scholastic Aptitude Test (undergraduate entrance exam) ACT American College Test (undergraduate entrance exam) GRE Graduate Record Exam (graduate entrance exam--only subject tests on base) GMAT Graduate Management Admissions Test (specialized graduate entrance exam) MAT Miller Analogies Test (graduate entrance exam) GED Tests of General Education Development (high school equivalency) SII Strong Interest Inventory PRAXIS National Teacher Certification Exam (Includes general and subject tests) TTT Troops to Teachers program (see DANTES web site) TA Tuition Assistance (military) CTA Civilian Tuition Assistance (available to permanent ACC civilians only) TA Cap Annual per person limit of $3500 (set by Congress for all Services) SH Semester Hours QH Quarter Hours AFAEMS Air Force Automated Education Management System SOC Servicemens' Opportunity College (All on base schools are SOC members) CCAF Community College of the Air Force DE Distance Education DL Distance Learning PME Professional Military Education ECI Extension Course Institute (old name for AFIADL) AFIADL AF Institute of Advanced Distributed Learning AFIT Air Force Institute of Technology ALS Airman Leadership School FTAC First Term Airman Center NCOA Noncommissioned Officers Academy SNCOA Senior Noncommissioned Officers Academy Course 5/12 SNCOA by computer assisted distance learning program Course 8 SNCOA by correspondence SOS Squadron Officers School (required PME for AF Captains) ACSC Air Command and Staff College (required PME for AF Majors) AWC Air War College (required PME for AF Lt Colonels) NYR New York Regents (popular external degree program) ERAU Embry Riddle Aeronautical University (2, 4 and MS/MBA degrees on base) CMU Central Michigan University (graduate management degrees on base) Park Park University (private university offering 2 and 4 yr mgt degrees on base) MOU Memorandum of Understanding (governs schools operating on base0 VA Veterans Assistance VEAP Veterans Educational Assistance Program (no longer open to new depositors) MGIB Montgomery GI Bill (covers most ACDU personnel unless they declined it) AECP Airman Enlisted Commissioning Program AFROTC Air Force Reserve Officer Training Corps SOAR Scholarships for Outstanding Airmen to ROTC POC-ERP Professional Officer Course-Early Release Program (requires 2ys college) AFA Air Force Academy LEAD Leaders Encouraging Airman Development (for AFA or AFA Prep School) OTS Officer Training School (requires completed 4 year degree) AFELA Permissive TDY for academic purposes (AF Education Leave of Absence) AcDu Active Duty PCS Permanent Change of Station (leaving current base) PCA Permanent Change of Duty (changing jobs but remaining at current base) TDY Temporary Duty (involves official orders sending the person elsewhere) PKI Public Key Infrastructure NAC National Agency Check ENTNAC Entrance National Agency Check The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price and other factors most advantageous to the government. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Paragraphs (a), (b) (5)(ii) (14) (15) (16) (17) (18) (19) (20) (24)(ii) (26) (31), (c)(1) (2), (d), and (e) applies to this solicitation . FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order – Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote), FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance Reports, FAR 52.247-34 F.O.B. – Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by References (located at http://farsite.hill.af.mil). The following are also applicable to this solicitation: DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000, Material Inspection and Receiving Report. Primary Point of Contact is Judy Taylor at (919) 722-5410 and Alternate is TSgt Imelda A. Reantaso at (919) 722-5408. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT 29 Jul, 2005 at 4:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5404. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Electronic Posting System (EPS) Internet website only. . NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-JUL-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/4CONS/FA4809-06-Q03014/listing.html)
 
Place of Performance
Address: Education Center Seymour Johnson AFB NC
Zip Code: 27531
 
Record
SN00857564-F 20050730/050728213845 (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.