Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
MODIFICATION

U -- EXECUTIVE MANAGEMENT TRAINING SERVICESR

Notice Date
9/2/2005
 
Notice Type
Modification
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
Reference-Number-N0005206RC001CS
 
Response Due
9/19/2005
 
Archive Date
10/4/2005
 
Point of Contact
Arleen Starks, Contract Specialist, Phone (904) 542-0471, Fax (904) 542-1095,
 
E-Mail Address
arleen.starks@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SUBMITTAL REQUIREMENTS: SUBMITTAL REQUIREMENTS (a) The offeror shall submit the following information: (1) 1 completed signed solicitation package, with all representations and certifications executed, and with prices in the solicitation space provided (unit prices shall reflect the price for each course, extended prices shall reflect the unit price x quantity = extended amount for each contract line item) Please submit Email address. (2) 1 copy of Past Performance Information, hereafter referred to as Section I (3) 4 copies of the Technical Offer (key personnel & management plan), hereafter referred to as Section II SECTION I- PAST PERFORMANCE/CORPORATE EXPERIENCE FACTOR PAST PERFORMANCE. Include evidence of successful efforts in similar work, to verify that the Offeror has an established professional reputation in the full integration of managing, developing, conducting and administering training programs of a similar nature (including course development, course maintenance and presentation). This must also clearly indicate whether the experience was gained as a prime contractor or as a subcontractor. The experience may include work accomplished for Government and non-Government entities. (USE ATTACHED SURVEY FORM TO BE COMPLETED BY PREVIOUS CUSTOMER) Provide a chronological matrix of recent corporate experience within the last five (5) years, in which performance has occurred of a comparable nature and complexity. It is not sufficient to state that an effort is comparable n magnitude and scope. Rationale must be provided to convince the Government that the experience is indeed comparable. Include relevant experience of major subcontractors, but list them separately. Such subcontractor experience must clearly indicate the extent of the involvement of the subcontractor experience is relevant considering the subcontractor personnel proposed. For current or previous contracts include: Title of Contract Contract Number and Type Description of Product or Service Period of Performance (Beginning and Completion Dates) Dollar Value of Contract Agency/Company for which Performed Agency/Company Point of Contract and Telephone Number Contracting Officer, Government Program Manager or Contracting Officer Representative For each contract describe: 1. Relevancy of the contract to this proposed requirement 2. Products/Services delivered and/or results achieved 3. Performance in terms of (a) meeting, (b) exceeding, or (c) not meeting contract requirements in terms of acceptable deliverables and time. 4. Performance in terms of prices/costs and how the final (or current, if not completed) cost/price compared to the original cost/price and the reason for any substantial change. The Government will evaluate past performance as a factor for award. The Government reserves the right to review other relevant past performance information contained in either local files or from other Government sources. General trends in a contractor’s evaluation of the quality and content of the Offeror’s past performance are separate and distinct from the Contracting Officer’s responsibility determination. Evaluation will be based on the extent to which the Offeror has demonstrated through recent past performance under contracts of similar nature; it’s ability to successfully meet the requirements of the Request for Proposal (RFP). The evaluation will consider the Offeror’s history of relevant experience, reasonable and cooperative behavior, adherence to contract schedule and commitment to providing quality products and services at fair and reasonable prices. Evaluation of relevant experiences shall be based on the extent to which the Offeror’s past experience demonstrates the ability to provide the services past experience demonstrates the ability to provide the services similar to that described in the statement of work. Companies lacking in relevant past performance history will be evaluated e personnel must be made in accordance with the requirements specified in paragraph 12.02. 12.02 Contractor Instructors. The Contractor is required to provide instructors having all of the following minimum levels of professional and technical experience: a. A Doctorate degree. b. Five years experience as an instructor teaching subject matter comparable to the type and level involved in the specific course, which the instructor will be assigned. c. Taught within the past five years in a college, university, or an adult education program. d. Instructors experience shall be in classes comprised of ten (10) or more students. 12.03 Contractor Assistant Instructors. The Contractor may use Assistant Instructors as a way to provide practical insight/technical expertise to the various courses. Assistant Instructors do not need to meet the qualification of the Contractor Instructors. Assistant Instructors may be used in combination with the Contractor Instructors for course presentation. Resumes for Assistant Instructors denoting technical qualifications must be submitted to the COR for acceptance/rejection. The COR has final approval in the use of Contractor Assistant Instructors for any course presentation. 12.04 Training of Personnel. The Contractor shall ensure that all Contractor personnel are provided with the training necessary to perform the work as defined in this contract. 12.05 Control of Personnel. Assignment, transfer, and reassignment of Contractor personnel shall be the prerogative of the Contractor. However, when the Government directs, the Contractor shall remove from the contract all persons who endanger life, property, or national security. The COR will review all résumé’s and approve all substitute and/or replacement personnel utilized during the course of the contract to ensure that qualification requirements are in compliance with this statement of work. 13.0 QUALITY CONTROL/QUALITY ASSURANCE 13.01 Quality Control. The Contractor shall establish a complete Quality Control Plan (QCP) to ensure that the requirements of the contract are adhered to as specified. 13.02 Method for Identifying Deficiencies. The Contractor shall develop a method for identifying and correcting deficiencies in the quality of course material, course syllabus, student guide and instructor’s presentation of courses. The Contractor shall ensure the course materials reflect current research, concepts and writings relating to the course objectives. 13.03 File on Changes. A file of all changes made by the Contractor to any of the course material must be maintained. This documentation shall be made available to the Government as requested by the COR during the term of the contract. 13.04 Complaints. The COR shall be provided a copy of all complaints regarding the Contractor or Contractor personnel, as they are made known to the Contractor. 13.05 Quality Assurance. The Government will monitor the Contractor’s performance under this contract using the evaluation procedures identified in paragraphs 13.06 and 13.07. 13.06 Performance Evaluation Meetings. The Contractor shall meet with the COR at the end of the course to discuss the presentation. In addition, either party to this contract may call for a meeting at any point during the performance of this contract. 13.07 Course Content And Instructor Evaluations. The Government will review and evaluate student critiques of the Contractor’s course content under this contract using a standard rating scale of 1 (poor) to 5 (outstanding). Evaluations will be made for all course offerings, unless waived by the COR. Students will be requested to complete Course content evaluations. Evaluations will be distributed and collected by NCSC staff. A copy of the evaluation form will be provided by the Contractor to the COR at the beginning of each course. After analysis of student critiques, the Government may require the Contractor to make changes in the course material and/or course syllabus prior to next course offering. 14.0 SECURITY 14.01 Pass Clearances. The COR will issue to the Contractor or Contractor personnel appropriate paperwork to deliver to the Pass Office in order to obtain NSCS base access. Contractor personnel may be required to present identification. Within twenty-four (24) hours, Contractor personnel who no longer perform services on this contract shall be required to return all passes to the COR. Upon completion of this contract, all passes shall be returned to the COR. 14.02 Physical Security. All Government equipment and furnishings entrusted to the Contractor for use remains the property of the United States Government. The Contractor shall implement security/protective measures to ensure that equipment and furnishings shall not be susceptible to theft either from external or internal sources and shall ensure the material is not damaged while in his/her use. The Contractor is liable for financial losses to the Government as a result of negligence, fraud, waste, and abuse by the Contractor’s personnel. The COR will act as the property administer. 15.0 ON-SITE-CONSIDERATIONS 15.01 Times of Performance. The hours of performance are specified in Paragraph 6.13. Holidays are defined as: New Year’s Day, Martin Luther King Day, President’s Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Columbus Day, Thanksgiving Day, and Christmas Day. Those holidays falling on a weekend will be observed on the days specified for federal employees. Occasionally, special holidays may occur during a period in which a class is scheduled and the Contractor employees will be expected to continue with the course unless specifically excused by the COR prior to course commencement. 15.02 Travel and Expenses. The Contractor shall arrange for his/her own travel, car rental, lodging, meals, and incidental travel expenses. The Contractor shall be responsible for all personal expenses incurred as a result of contract requirements. 16.0 SAFETY REQUIREMENTS. 16.01 Safety and Health. The Contractor shall maintain safety and health standards consistent with requirements of the Occupational Safety and Health Act (OSHA) and other requirements as set out in this contract. The Contractor shall comply with prescribed accident prevention and fire protection requirements of the Department of Navy and Department of Defense. The Government will have the right to conduct investigations of all mishaps that occur as a result of Contractor’s operations in which there is reportable damage to Government furnished property or equipment, or occupational injury or illness to Government and Contractor personnel. 16.02 Accident Reporting. The Contractor shall maintain accurate records of and shall report to the Contracting Officer in the manner and on the forms prescribed by the Contracting Officer, exposure data and all accidents resulting in death, trauma, or occupational disease to any Contractor personnel. 17.0 SERVICES AND EQUIPMENT REQUIREMENTS. 17.0 Office and Training Aid Equipment. Access to computers and printers at NSCS will be provided for the purpose of presentation of courses. Contractor personnel shall use computers and printers during classroom hours for purposes of demonstrating computer software programs during course presentations. 18.0 GOVERNMENT-FURNISHED ITEMS. The Government will provide without cost, the facilities, utilities, materials, and equipment required to present the course at NSCS. 18.01 Use of Government Facilities and Equipment. The Government facilities, utilities, materials and equipment provided by the Government shall be used by the Contractor only in performance of work under the terms of this contract. The Contractor is responsible to immediately report to the COR any facilities, furnishings or equipment problems for resolution. All lectures will be conducted in the Education Center building. 18.02 Utilities. Utilities provided will include water and electricity. The Contractor shall follow all conservation requirements. 18.03 Real Property Maintenance. The Government will provide local janitorial, refuse, insect, and rodent control services. 19.0 CONTRACTOR GENERAL INFORMATION. 19.01 Office of the Contractor. The Contractor shall maintain an office at which the Contractor may be reached during all normal Government work days/hours. The telephone number shall be listed in the Contractor’s name. The Contractor shall notify the COR in writing of the principal mailing office of the Contractor and telephone number and his/her normal working hours within three days after award of this contract and immediately thereafter in the event of a change. 19.02 Insurance. The Contractor shall, without additional expense to the Government, provide for all insurance for Contractor’s employees as required by law and in accordance to the schedule of insurance specified in this contract. 19.03 Responsibility for Loss or Damage to Employee’s Property. The Contractor is responsible for taking that action necessary to protect his/her supplies, materials, and equipment and the personal property of Contractor employees. 19.04 Inquiries, Comments, or Complaints. All inquires, comments, or complaints arising from all matters observed, experienced, or learned as a result of/or in connection with the performance of this contract, the resolution of which may require the dissemination of official information, will be directed to the COR. 19.05 Freedom of Information Act (FOIA). FOIA inquiries received by the Contractor, for work performed under this contract, shall be referred to the Administrative Contracting Officer for further action. The evaluation of whether records will or will not be released will remain with the Government. The Contractor shall be responsible for search and submission of records upon request by the Government. 19.06 Release of Information. The Contractor shall not release information regarding government employees without authority of the COR. All documentation-showing individuals’ personnel data shall be controlled and protected in accordance with the Privacy Act of 1974, Public Law 93-579, 5 U.S.C. Section 552a shall apply. 19.07 Commercially Exploitable Material. All material developed and used specifically under this contract shall remain the property of the Contractor. However, the government reserves the right to use any material to demonstrate the course to any other government personnel. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-SEP-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/DON/NAVSUP/N688361/Reference-Number-N0005206RC001CS/listing.html)
 
Place of Performance
Address: Navy Supply Corps School 1425 Prince Ave Athens, GA
Zip Code: 30606
Country: USA
 
Record
SN00886530-F 20050904/050902213251 (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.