Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
MODIFICATION

U -- Test Examiner/Specialist

Notice Date
8/28/2007
 
Notice Type
Modification
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources 135 E ENT Ave STE 1055, Peterson AFB, CO, 80914-1385, UNITED STATES
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-07-T-6073
 
Response Due
8/31/2007
 
Archive Date
9/15/2007
 
Point of Contact
Susan Davis, Contract Specialist, Phone 719-556-7585, Fax 719-556-4538,
 
E-Mail Address
susan.davis@peterson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THE FOLLOWING HAS BEEN AMENDED: 1. Changed from Basic year plus four option years to Basic year plus three option years. 2. Sessions changed from 250 to 275 sessions. 3. Clause FAR 52.228-5, Proof of Insurance has been removed. Questions received from vendors: 1. Bidders list - There is no bidder's list. 2. Person (incumbent) or entity currently performing the contract/project. Sally Donaldson 3. Main differences between old statement of work and the current one or the old contract number, title, award date of when this project was last performed/managed. FA2517-04-P-0150, Test Examiner, October 2004. Sessions varied each year dependent on testing sessions required. Statement of work contains no major changes. 4. Old contract amount and/or price. $85,952 5. Other question and answers from other contractors/persons. Will be posted when received. 6. Are classrooms and equipment in place? Yes 7. Should the price quote depict 3 or 4 hours per session? Four hours 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) This solicitation, FA2517-07-T-6073, is being issued as a Request for Quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-19. (iv) This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 611691 and the size standard is $6.5 million. (vi) The following commercial item is requested in this solicitation: Services (Non-Personal) contract for the Testing Specialist to oversee and maintain testing facility to include all procedural guidance issued by HQ USAF, MAJCOM, DANTES, Education Testing Service, the Extension Course Institute, Distance Learning, and educational institutions for Peterson AFB, CO 80914. Period of Performance is 1 Oct 07 to 30 Sep 08 covering 275 sessions. This will include the base year plus three option years. Please see attached Statement of Work. (vii) Services will be conducted at Peterson AFB, CO Base Education Office. (viii) The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. (ix) FAR 52.212-2(a) Evaluation--Commercial Items, applies to this acquisition. Quote will be based on price and past performance; both are approximately equal in importance. (x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items, is applicable to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to the acquisition.. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. a) FAR 52.222-26, Equal Opportunity b) FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era c) FAR 52.222-36, Affirmative Action for Handicapped Workers d) FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. e) FAR 52.224-1, Privacy Act Notification f) FAR 52.224-2, Privacy Act g) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. h) FAR 52.219-6, Notice of Total Small Business Set aside i) FAR 52.222-21, Prohibition of Segregated Facility j) FAR 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment k) FAR 52.203-3, Gratuities (xiii) The clause at DFARS 252.204-7004, Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; Ombudsman (AFFARS clause 5352.201-9101 as prescribed 5301.9103); DFAR 252.243-7002, Request for Equitable Adjustment; FAR 52.228-5, Proof of Insurance; and FAR 52.222-21, Service Contract Act of 1965. (xiv) Quote Submission: include price information and past performance. Submit less than a one-page statement explaining the past performance. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. Quote must include base year plus four option years. (xv) All quotes must be sent to Susan Davis at: Fax 719-556-4538 or e-mail susan.davis@peterson.af.mil. Quotes are required to be received no later than 4:00pm MST, August 31, 2007. STATEMENT OF WORK TESTING SPECIALIST STATEMENT OF WORK (SOW) August 22, 2007 1. DESCRIPTION OF WORK. a. Oversee and maintain testing facility to include following all procedural guidance issued by HQ USAF, MAJCOM, DANTES, Educational Testing Service, the Extension Course Institute, Distance Learning, and educational institutions. b. Session - approximately 3 hours work (not to exceed 4), to include associated administrative duties. There will be 275 sessions. The government reserves the right to cancel a testing session 24 hours in advance. The contractor is responsible for providing a substitute test proctor if he/she cannot get into work for a scheduled session. c. Testing sessions are based on requirements as determined by Education Services Officer (ESO). Prior to altering the established testing schedule, the test specialist will coordinate-with the Test Control Officer (TCO) and/or the Alternate TCO. Based on the past history, there will t be approximately six sessions required each week. d. Contractor will be provided access to the base (if required), and the Government will provide all necessary equipment to conduct the work. Government provided equipment includes, but is not limited to, furnished office space, furnished testing room, safes or secure containers adequate for test storage -testing supplies (pencils, papers, computers, etc., necessary to conduct testing), office supplies and equipment. e. Contractor will be required to complete the DANTES test examiner course and pass the exam. 2. SERVICE DELIVERY SUMMARY. a. The testing specialist shall administer tests, provide control of the tests, and world with both military and civilian agencies that provide score, or otherwise control the tests used. b. The contractor shall conduct precise inventories and account for every detail of test security. Contractor is authorized to order, stock, distribute, proctor, mail, receive, or destroy tests or related materials in accordance with local procedures or guidance from the test owner. c. The contractor shall comply with applicable regulations and operating instructions. d. The position requires strict attention to detail. 3. JOB QUALIFICATIONS. a. Contractor shall meet the requirements of the DANTES Examination Program Handbook (DEPH). Ref: www.dantes.doded.mil b. Computer application skills are required. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-AUG-2007); 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.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-07-T-6073/listing.html)
 
Place of Performance
Address: Peterson AFB CO
Zip Code: 80914
Country: UNITED STATES
 
Record
SN01388517-F 20070830/070828225129 (fbodaily.com)
 
Source
FedBizOpps 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.