Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

U -- Test Administrator

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th CON - Hurlburt, 350 Tully Street, Hurlburt Field, FL, 32544-5810, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2F3297229A001
 
Response Due
9/5/2007
 
Archive Date
9/20/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quotation is being requested and a written solicitation will not be issued. Solicitation number F2F3297229A001 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-19, Effective 17 August 2007 & Class Deviation 2005-o0001. This is a 100% set-aside for Small Businesses. The North American Industry Classification System (NAICS) code for this project is 611710 with a size standard of $6.5 Million, the SIC code is 8299. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: Line Item 0001-AA: Test Examiner as stated in the Performance Work Statement. FOB: Destination for delivery to Hurlburt Field, FL 32544. The following provisions and clauses apply to this acquisition and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors?Commercial Items. It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCY, Attn: A1C Fausto Fernandez, 350 Tully St Bldg 90339, Hurlburt Field FL 32544-5810 NLT 05 September 2007; 1600 hrs CST. Submit signed and dated quotations on company letterhead or quotation form and marked with solicitation number F2F3297229A001. Offer may be faxed to 850-884-5372. Proposals may be accepted by email. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, evaluation of Commercial Items which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i)technical capability of the service offered to meet the Government?s requirement; (ii)past performance; (iii) price . FAR 52.212-3, Offeror representations and Certifications?Commercial Items, and the offeror must include a completed copy of this provision with their proposal or states that they are located on website: http://www.bpn.gov/; FAR 52.212-4, Contract Terms and Conditions-Commercial Items. The following clauses are added as an addendum to 52.212-4: FAR 52.211-17, Delivery of Excess Quantities; FAR52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; HF037 Wide Area Work Flow Statement (WAWF). The clause 252.232-7003 Electronic Submission of Payment Requests. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items applies to this acquisition with Paragraph (b) incorporating the following FAR clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I, 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; FAR 52.232-33, Payment by electronic Funds-Central Contractor Registration, and FAR 52.232-18, Availability of funds. 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. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applies to this acquisition with Paragraph (b) incorporating the following DFARS clauses: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7036 Buy American ?Free Trade Agreement?Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; and DFARS 252.243-7023 Transportation of supplies by sea. HF041, This is an ?END OF YEAR? requirement. Funds are not presently available for this requirement. No award will be made under this solicitation (combined synopsis/solicitation) until funds are available. If funds are not received by 30 September of current year, this requirement will be cancelled. Additionally, the Government reserves the right to cancel this solicitation (combined synopsis/ solicitation) at any time. Notification of cancellation will be posted on the Federal Business Opportunities web page at http://www.fbo.gov/. The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Offerors are further advised that failure to register in the DOD Central Registration Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. Point of contact is A1C Fausto Fernandez, Contract Specialist, Phone (850) 884-3269, FAX 850-884-5372, E-Mail: fausto.fernandez@hurlburt.af.mil; Contracting Officer is Ms. Belva Marie Parton, (850) 884-1269, E-Mail: Belva.Parton@hurlburt.af.mil. Performance Work Statement: Performance Work Statement Testing Specialist (TS) Hurlburt Field Education Office 31 August 2007 1. DESCRIPTION OF WORK a. Services will be performed during the period of 15 August 2007 to 30 September 2007 for the partial base year plus a potential of four option years in support of the Hurlburt Field Education Office. These services will be performed at the Hurlburt Field Education Office, Building 90220, 221 Lukasik Ave., Hurlburt, FL 32544 or within the confines of Hurlburt Field. b. Oversee and maintain testing facility to include following all procedural guidance issued by HQ USAF, MAJCOM, Defense Activity for Non-Traditional Education Support (DANTES), various testing agencies, and academic institutions. c. Sessions will consist of a time block, usually not exceeding four (4) hours, to include required and associated administrative duties. Administrative services associated with testing, such as posting records, mailing tests, training, may not be performed singularly as a session, but must be done in conjunction with test administration. d. A minimum of five (5) examinees must be scheduled for a test session prior to placing a call for services. A session must be canceled if fewer than five testing appointments are confirmed. The TS will be notified at least one day in advance of a scheduled session. e. Services will typically be required four days a week, two sessions daily at 0800 and 1300 on Monday and Tuesday, two sessions on Wed at 0900 and 1300, and one session on Thursday at 0800. TS will receive advance notification of any modification to the schedule. f. The government will initiate the necessary security clearance paperwork and assume the cost of the background clearance check. g. The government will assume the cost of fourteen (14) sessions for familiarization, training, and examination program testing. 2. SERVICE DELIVERY SUMMARY a. TS must be physically present during all testing sessions and provide constant visual supervision unless relieved by an appropriate authority such as the TCO/ATCO. b. TS is responsible for administering the following categories of tests to eligible military and civilian personnel and their dependents as authorized by HQ USAF, MAJCOM, Defense Activity for Non-Traditional Education Support (DANTES), College Board, Educational Testing Service (ETS), the Air Force Institute for Advanced Distributed Learning (AFIADL), Pearson VUE, Federal Aviation Administration (FAA), Thomson Prometric, Distance Learning, and educational institutions. (NOTE: additional tests may be added as needed): 1) All DANTES-approved examinations (to include but not be limited to): college entrance exams (ACT, SAT, MAT); tests for college credit (Excelsior College and Speech DSST); professional certification exams (PRAXIS, ASE); interest batteries (SII) and career assessment inventories (CAI). 2) All AF AFIADL end of course (EOC) tests including but not necessarily limited to those for Career Development Courses (CDC), Courses 8, 12, 14, Air War College, Air Command and Staff College and Squadron Officer School. 3) Any tests specifically required by an education institution for admission or for course enrollment, including placement tests. 4) Tests requested to be administered by eligible personnel, such as correspondence course and qualification/certification exams. 5) Other tests used in local advisement or guidance programs, to include career assessment and interest inventories, as requested by the ESO. c. TS will arrive at the Education Services Center at least 20 minutes prior to the scheduled testing start time to log on to computers and prepare tests to ensure the session begins promptly. d. Checks examinations upon receipt and enters test, serial, and part numbers into the DANTES Automated Test Inventory and other appropriate inventories e. Requires all examinees to present official picture identification to determine eligibility before allowing them to test f. Requires each examinee to verify test materials and sign the Test Sign-In Log; ensures that all entries are properly recorded in the Log. g. Reviews the answer sheets to ensure proper completion and enters the time on the Test Log when the tests and answer sheets were issued and returned. h. Insures all pages of examination booklet are returned by conducting a page check on each returned exam booklet. i. Prepares answer sheets for the certification and signature of the Test Control Officer. j. Prepares answer sheets and test booklets, when appropriate, for mailing using regular first class mail and certified mail/return receipt as per guidance from the test owner. TS is authorized to stock, distribute, proctor, receive, or destroy tests or related materials in accordance with local procedures or guidance from the test owner. k. Conducts CPU-based testing and transfers data to the appropriate agency. l. Prepares exam order forms and notifies the TCO/ATCO of overstocking on any exam. m. Conducts a precise test inventory following each session; assists the TCO/ATCO with weekly and quarterly inventory reports. n. TS shall perform all administrative tasks associated with test administration, which may include, but not limited to, student notification/mailing of score reports, special ordered examinations, resetting of log on and passwords, electronic updates of examinations, etc. o. TS will offer training to incoming TS for fourteen (14) sessions. 3. JOB QUALIFICATIONS a. Contractor shall have a bachelor?s degree from a regionally accredited college or university, as evidenced by transcripts, unless waived by the Education Services Officer (ESO) due to superior qualifications. A copy of the waiver must be kept on file at the test center. b. TS must complete training and successfully pass the ?Examination for DANTES Testing Personnel? with a score of at least 90 percent. TS will be required to complete the Federal Aviation Administration (FAA), Defense Language Proficiency 5 and Pearson VUE test examiner courses and pass associated exams if any are required. Other training and qualification exams might be required in the future if more examination programs are added. c. TS must annually view the video ?Test Security is Your Responsibility.? d. Computer skills are required, especially proficiency in MS Office Applications. e. TS must be able to perform initial troubleshooting to identify problems with electronic testing situations. f. TS must be able to obtain a favorable National Agency Check (NAC). g. Excellent customer service and verbal communication skills are essential. Knowledge of/experience with standardized educational and military testing programs, office procedures, and AF terminology is highly desirable. h. The position requires strict attention to detail and the ability to work in a in a multi-tasking environment. i. Tests will be administered in accordance with instructions provided in testing handbooks, test examiner guides, and TCO/ATCO instructions to ensure no possibility of test compromise. 4. GENERAL INSTRUCTIONS a. Attire. While in the performance of their duties, must wear appropriate professional business attire with a neat and clean image. b. Emergency Medical Service. In the event of an emergency, dial 911. Emergency medical care is not available on Hurlburt Field. An ambulance unit will respond to 911 calls, and if necessary, transport a Contractor employee to one of the local hospitals. The Contractor shall reimburse the respective agency for these services. c. Invoicing. shall be submitted using Wide Area Work Flow (WAWF). Contractor shall submit to the Sr Catholic Chaplain or his designate(s) for review and approval a list of all the hours worked, the date(s) of work performed, and the grand total hours accumulated over a monthly period (effective the date of this contract). The contractor shall submit his/her time sheet log of hours worked to the Resource Advisor not later than seven (7) days after the completion of the unit of work (monthly). The Wing Chaplain will retain a copy of his/her approval/disapproval of the contractor?s time worked. See the contract clause, ?WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE? for instructions.. d. Government furnished equipment. TS 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. Badges: The service provider shall obtain the required employee badges and vehicle passes for access to Hurlburt Field 24/7. The service provider shall have their contractor badge with them at all times. The service provider?s badge and pass shall be returned to the Hurlburt Field Pass & ID Security Office upon cessation of employment. f. Local Area Network Access (LAN). The government will provide the contractor a LAN and E-mail account. This service shall be strictly for conducting official business. Individuals shall pass the Information Assurance (IA) course and in accordance with AFI 33-119, Electronic Mail Management and Use, paragraph 9.2.5, contractor personnel using unclassified automated information systems that have access to sensitive information shall possess, at a minimum, a National Agency Check or Entrance National Agency Check in accordance with DoD 5200.2-R, Personnel Security Program or screening in accordance with AFI 31-501, paragraph 3.27, Personnel Security Program Management. NOTE: Test examiners must be aware that he or she may not test on a DANTES sponsored examination without a waiver from DANTES, Code 20B, until 180 days following the expiration of appointment.
 
Place of Performance
Address: 350 Tully Street, Hurlburt, FL
Zip Code: 32544
Country: UNITED STATES
 
Record
SN01392291-W 20070902/070831221732 (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.