Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2009 FBO #2664
SOLICITATION NOTICE

U -- Training for the Certified Management Accountant (CMA) Certification Exam

Notice Date
3/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611691 — Exam Preparation and Tutoring
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
HQ0423-09-T-0011
 
Archive Date
4/10/2009
 
Point of Contact
Richard St Clair,, Phone: 614-693-1910, Darla ReneeWood,, Phone: 614-693-0291
 
E-Mail Address
richard.stclair@dfas.mil, darla.wood@dfas.mil
 
Small Business Set-Aside
N/A
 
Description
Title: Training for the Certified Management Accountant (CMA) Certification Exam ------------------------------------------------------------------------------------------------------- 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; proposals are being requested and a written solicitation will not be issued. This is solicitation number HQ0423-09-T-0011: The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-30, Effective 17 Feb 2009. This requirement is UNRESTRICTED in regard to business size. The NAICS code is 611691 and the small business size standard is $7,000,000.00. ITEMS: ---------- 0001 - Training to meet the requirements of the SOW. Pricing is under the PRICE section of this RFQ. 0002 - Travel. Travel costs will not be evaluated. Actual travel costs will be reimbursed IAW with the FTR/JTR/SR per FAR 31.205-46. Quantity: See details in the SOW below. Unit of Measure: Per person (each) for Training, Cost for Travel Classroom sizes are estimated to be 15-30 students per class. DFAS will ensure a minimum of 10 students per class. Description of items/services: STATEMENT OF WORK SCOPE: ---------- The contractor(s) shall provide training and other relevant instructional support for the Defense Finance and Accounting Service (DFAS). The primary objective of this requirement is to maximize the pass rate for employees completing the Certified Management Accountant (CMA) certification examination. Services to be provided include the delivery of instructor-led, on-site training by qualified instructors; the provision of training materials; access to practice exams, and the provision of post-training support. BACKGROUND: ---------------------- DFAS provides full service finance and accounting services to the Uniformed Military Services and other Department of Defense (DoD) activities. These services include accounting, military and civilian payroll, contract payment processing, travel reimbursement and payments, and many other services directly related to the financial management of DoD. DFAS operations are worldwide. The majority of the finance and accounting work is performed in Indianapolis, Indiana; Columbus and Cleveland, Ohio; Rome, New York; Arlington, Virginia and Limestone, Maine. DFAS senior management is placing increased emphasis on the workforce attaining professional certifications relevant to the organization. For government accountants and other financial management professionals, the CMA has been identified as a certification of particular importance. DFAS is establishing CMA study groups to support employees in successfully achieving their CMA certification. Examination preparation training and other support provided by the contractor will be an important component in ensuring the study groups’ success. REQUIREMENTS: ----------------------- Availability of Training Course, Materials, Instructors and Other Support DFAS’s objective is for all study group participants to pass all four parts of the CMA Certification Examination within 9-12 months after training begins. In support of this objective, the contractor will have available and be authorized to deliver in an instructor-led, classroom environment a commercial off-the-shelf training course to prepare students to take and pass the four sections of the CMA Certification Examination. These sections are: - Business Analysis - Management Accounting and Reporting - Strategic Management - Business Applications. DFAS recognizes that each study group participant will need to spend considerable time on individual study in addition to time spent in the classroom. Therefore, the contractor should identify the training materials they will provide to support self-study and the format of these materials, e.g., written, on-line, CD, DVD, etc. The contractor shall address any post-class support they will provide to the group or individual participants, e.g., instructor’s availability to answer questions. Delivery of Instructor-Led Training During the lifecycle of this contract, it is anticipated that one or more iterations of instructor-led training will be presented at DFAS sites located at Indianapolis, IN; Cleveland and Columbus, OH Limestone, ME, Arlington, VA and Rome, NY. It is possible that training may be required at other DFAS sites, e.g., Denver, CO. It is also possible that the contractor may be required to deliver training simultaneously at more than one site, if requested by DFAS. The contractor shall provide instructors who are CMAs, subject matter experts in the areas of instruction and have considerable experience in successfully providing CMA examination preparation training. The contractor shall demonstrate how its instructors, who will be delivering the training, meet these requirements. In order to ensure consistency of training throughout DFAS, all training sessions, regardless of the instructor or the site, will be delivered using a standard training approach, to include the same lesson plans, syllabi, training slides, student guides, etc. The contractor will use the most current instruction-support materials for all DFAS classes. The contractor shall deliver the scheduled instructor-led training, as requested by DFAS, in accordance with its proposal. The contractor shall be responsible for providing all course materials. The contractor shall also be responsible for bearing any costs associated with the reproduction/distribution of student materials. It is anticipated that class size will range from fifteen to thirty students. DFAS will ensure a minimum of 10 students per class. The contractor shall provide a laptop computer for each instructor to facilitate the presentation of instructional materials. Access to DFAS computer equipment and/or operating systems will not be available. The contractor shall be responsible for distributing a class roster (provided by DFAS) to enable students to formally document their attendance. The contractor will provide a primary point-of-contact to work with DFAS as needed to resolve any issues that may arise. In-Progress Review (IPR). The contractor shall participate in IPRs as requested. These IPRs are used as a method to resolve critical issues which may impede progress and/or impact scheduled deliverables. The IPRs shall be conducted primarily via teleconference. These IPRs shall establish a plan of action for problem resolution and continuance of work in accordance with the contract. Invoicing the Government. Invoices shall be submitted to the COR/GPOC (Acceptor) as a 2-in-1 Combo invoice via online access to the Internet using the Government provide Wide Area Work Flow (WAWF) Receiving/Acceptance system at https://wawf.eb.mil/ (reference clause 252.232-7003). When the 2-in-1 Combo invoice is received by the government via WAWF, the COR/GPOC will review the document and, if it is determined to be accurate, accept it electronically and forward it for payment. Web Based Training is available online at www.wawftraining.com and for additional information visit www.dod.mil/dfas and click on the e-commerce link. Prior to submitting invoices, the contractor must contact the government COR/GPOC to confirm the correct ACCEPTOR DoDAAC. Should the vendor desire to track payment status, they must use the Vendor Pay Inquiry System (VPIS) at www.dfas.mil\money\vendor\ by selecting non-MOCAS System to track the status of payments. The DFAS COR will e-mail the contractor when invoices have been certified for payment. SECTION 508 REQUIREMENTS: See the RFQ for Section 508 requirements. ------------------------------------------ REQUIRED STANDARD OF WORKMANSHIP: ------------------------------------------------------------ Unless otherwise specifically provided in this contract, the quality of all services rendered hereunder shall conform to the highest standards in the relevant profession, trade or field of endeavor. All services shall be rendered by individuals fully qualified in the relevant profession, trade or field, and holding any licenses required by law. GOVERNMENT FURNISHED RESOURCES: --------------------------------------------------------- Government Furnished Training and Education Space - DFAS will provide access to traditional training classrooms for delivery of courses. The classrooms will contain appropriate audiovisual equipment, whiteboards and supplies necessary to instruct the class. Coordination for access to the facility will be facilitated between the contracted trainer and government COR. No training is anticipated in contractor-owned facilities. Government personnel will provide assistance with coordinating receipt of training materials, preparation of classrooms, and any other necessary liaison functions. The government shall be responsible for providing the contractor with pertinent contact information for on-site personnel (name, phone number, etc.). This information will be provided prior to performing work under the contract. HOURS OF WORK: ------------------------ Contractor personnel are expected to conform to normal operating hours at the DFAS operating site in which training is being conducted. DELIVERABLES: ---------------------- The contractor shall deliver on-site instructor-led training, as specified in the requirements section, within the required timelines at the required locations as requested by DFAS. The contractor shall provide the capability, as described in its proposal, for additional individual and study group support and deliver the support as requested by DFAS. Examples include: ability of students to review lectures on-line, availability of instructors to answer individual or group questions after the course but before the exam, continuing availability of self-study materials, and access to practice exams. The contractor shall deliver remedial training as described in its proposal. The use of subcontractors requires prior approval by the DFAS Contracting Officer. DFAS is willing to pre-approve a list of subcontractors. However, any new subcontractor must be pre-approved prior to being added to the list of approved subcontractors. The government will make every effort to provide as much advance notice of required classes as possible. It is DFAS’ intention to provide a projected annual schedule which will be updated quarterly as needed. However, the contractor must be capable of delivering training no later than thirty calendar days following notice of a need to conduct a training class. The government may cancel a training class, without incurring additional costs, by providing notice to the contractor no later than 10 business days prior to the scheduled convening date. SECURITY AND PRIVACY ACT REQUIREMENTS: ------------------------------------------------------------------- SOLICITATION PROVISION: The following solicitation provision is to be used in all DFAS solicitations that require contractor access to DFAS information systems, regardless of dollar value. DFAS 52.224-9000 "INFORMATION ASSURANCE" (June 2007) All work performed relative to the requirement identified in the Statement of Work or Performance Work Statement is unclassified or is sensitive information covered by the Privacy Act of 1974 and other Department of Defense and DFAS regulations. Information Assurance shall be in accordance with DFAS 8500.1-R, Information Protection and Safeguards, DoD Directive (DoDD) 8500.1, Information Assurance, and DoD Instruction (DoDI) 8500.2, Information Assurance Implementation. The following requirements apply to the offeror/vendor selected for contract award resulting from this solicitation. Upon notification of being selected as the successful offeror/vendor, the contractor shall follow the instructions provided at (a) through (e) of this provision, as applicable. (a) Magnitude. This contract will require personnel to meet the investigative standards as outlined in DoDI 8500.2 and DoD 5200.2-R for IT-I and IT-II access. Contractors must be a US citizen, in accordance with DoD 5200.2-R, Chapter 2, and specifically C2.1.1, General. IT-I- “fill in” IT-II- “ALL CONTRACTORS” (Please select appropriate IT access) (b) Security Investigation Requirements for Information Technology (IT): (1) For IT-I: No classified work will be required. However, the contractor will be working with sensitive information which is covered by the Privacy Act or other government regulations and is considered category IT-I. The contractor must ensure sensitive information is properly safeguarded at the work-site and not removed from the work-site. In addition, the contractor will be required to comply with the security requirements associated with access to the DFAS enterprise network. All contractor personnel requiring IT-I access to the DFAS information systems will be the subjects of a Single Scope Background Investigation (SSBI). An IT-I position may be occupied pending the completion of the SSBI once the National Agency Check (NAC) portion has been completed and a favorable local eligibility determination made. A previous National Agency Check with Written Inquiries (NACI) or an Entrance NAC may be used for emergency appointment, provided a break in service of more than 24 months has not occurred since completion of that investigation and the SSBI has been initiated, and a Waiver of Pre-appointment Investigative Requirements has been granted IAW DoD 5200.2-R. (2) For IT-II: No classified work will be required. However, the contractor will be working with sensitive information which is covered by the Privacy Act or other government regulations and is considered category IT-II. The contractor must ensure sensitive information is properly safeguarded at the work-site and not removed from the work-site. In addition, the contractor will be required to comply with the security requirements associated with access to the DFAS enterprise network. All contractor personnel requiring IT-II access to the DFAS information systems will be the subjects of a National Agency Check with Law and Credit (NACLC) in accordance with DoDI 8500.2, and must receive a favorable local eligibility determination. If declared, the contractor may be requested to undergo a higher level of investigation. (c) Documentation Submission. The NACLC for IT-II, as well as the SSBI for IT-I, requires contractor submission of the following investigative forms: Standard Form 85P (SF 85P) - Questionnaire for Public Trust Positions FD 258 - Fingerprint Card All contractor personnel requiring either IT-I or IT-II access to the DFAS information systems will complete a SF 85P. The SF 85P will be completed using the Adobe Fillable version located at http://www.opm.gov/forms/html/sf.asp. The completed/signed SF85P will be provided to the Contract Officer’s Representative (COR) or Government Point of Contact (GPOC) elsewhere named in this solicitation. All SF 85Ps must be accompanied with the FD 258 Finger Print Card and a copy of the contractor’s birth certificate or U.S, Passport for citizenship verification. Naturalized US citizens must provide the original Certificate of Naturalization from the Immigration and Naturalization Service (INS) or a U.S. Passport. The SF85P along with the FD258 will be forwarded to the local Site Security Liaison (SSL) for review and submission. The SSL will notify the COR/GPOC when the contractor employees have been approved for access to the facility. The appropriate investigation (NACLC or SSBI) must be completed or an exception waiver approved, in accordance with DoD 5200.2-R, before the contractor employee begins work on a DFAS contract. Foreign Nationals must submit appropriate documentation from the Immigration and Naturalization Service (INS). Employment of non-US citizens requires a fully completed background investigation and a favorable local eligibility determination prior to beginning DFAS work, or an exception waiver approved by the Director, DFAS, before the contractor employee begins work on a DFAS contract. (d) Waiver Procedures. (1)For IT-I: An IT-I position may be occupied pending the completion of the SSBI once the NAC portion has been completed and a favorable local eligibility determination made, along with an exception waiver that has been approved by the appropriate waiver authority. Waivers may be approved, provided no potentially disqualifying information is known, in accordance with DoD 5200.2-R, concerning the contractor employee and all pre-appointment security checks have received favorable determinations by the appropriate DFAS Security Office. (2) For IT-II: An IT-II position may be occupied once the NACLC has been initiated and an exception waiver has been approved by the appropriate waiver authority. Waivers may be approved, provided no potentially disqualifying information is known, in accordance with DoD 5200.2-R, concerning the contractor employee. (e) Findings. All contractor employees must receive a favorable local eligibility determination to work on DFAS contracts. Unfavorable local eligibility determinations will require the removal of the contractor from the DFAS contract. SECURITY INVESTIGATION REQUIREMENTS: (a) Investigation. Contractor personnel performing under this contract are required to have a personnel security investigation. Investigative requirements for the contractor’s personnel will be in accordance with DoD 5200.2-R, “DOD Personnel Security Program.” If adverse information is reflected as a result of these investigations, the contractor must provide employees that are suitable for working under these provisions. (b) Security Regulations. The contractor shall comply will all applicable DoD security regulations and procedures during the performance of this contract. Employees shall protect privacy data and other data required in the performance of work. (c) Government Facility Entrance. All contractor personnel or any representative of the contractor entering any government facility or government leased facility shall abide by all security regulation and be subject to security checks. When security access is required the contractor will abide by that facility regulations and procedures for entry. Privacy Act. Work on this project may require that personnel have access to Privacy Information. The contractor shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations in their performance under this SOW. PLACE OF PERFORMANCE: -------------------------------------- The majority of the finance and accounting training will be performed in Indianapolis, Indiana; Columbus and Cleveland, Ohio; Rome, New York; Arlington, Virginia and Limestone, Maine. A schedule of the proposed classes will be provided at the earliest possible time by the COR. The schedule will identify classes and locations for the training. Classes may be changed and substituted as necessary but must stay within the dollar amount obligated. POINTS OF CONTACT: ------------------------------- Name:Elwin “Joe” Lascola Organization:Defense Finance and Accounting Service Address:ATTN: DFAS-HR/HT 8899 East 56th Street Column 316-Z Indianapolis, IN 46249-0301 Phone Number:(317) 510-6150 Fax Number:(317) 510-2116 E-mail Address:joe.lascola@dfas.mil Name:Frank Gootee Organization:Defense Finance and Accounting Service Address:ATTN: DFAS-HR/HT 8899 East 56th Street Column 316-Z Indianapolis, IN 46249-0301 Phone Number:(317) 510-1065 Fax Number:(317) 510-2116 E-mail Address:frank.gootee@dfas.mil PERIOD OF PERFORMANCE: --------------------------------------- One base year, beginning from date of award; plus four option years. TRAVEL: ------------ Performance under this contract may require travel by contractor personnel. If travel, domestic or overseas, is required, the contractor is responsible for making all needed arrangements for their personnel. This includes but is not limited to the following: - Medical Examinations - Immunization - Passports, visas, etc. - Security Clearances - Country Clearances Travel required for tasks assigned under this contract shall be governed in accordance with (IAW) the FTR/JTR/SR per FAR 31.205-46. The contractor may be reimbursed for actual allowable, allocable and reasonable travel costs incurred during the performance of a given Call in accordance with the applicable travel regulations in effect at the time of the travel. Private Automobile. The use of privately owned conveyance within the continental United States by the traveler will be reimbursed to the contractor at the mileage rate allowed IAW the FTR/JTR/SR per FAR 31.205-46. Authorization for the use of privately owned conveyance shall be indicated on the order. Distances traveled between points shall be shown in standard highway mileage guides. Any deviations from distance shown in such standard mileage guides shall be explained by the traveler on his expense sheet Car Rental. The contractor shall be entitled to reimbursement for car rental, exclusive of mileage charges, as authorized by the order, when the services are required to be performed outside the normal commuting distance from the Contractor’s facilities. Car rental will be limited to the reasonableness criteria set forth at FAR 31.201-3. U.S. Citizen Employee Requirement. Non-US citizens will not be allowed to perform work on contracts or subcontracts involving access (or possible access) to sensitive data, software, or equipment without prior approval from the government Contracting Officer. Security Regulations. The contractor shall comply with all applicable DoD security regulations and procedures during the performance of this contract. Employees shall protect privacy data and other data required in the performance of work. Government Facility Entry. All contractor personnel or any representative of the contractor entering any government facility or government leased facility shall abide by all security regulations and be subject to security checks. The contractor shall be responsible for assuring all contractor personnel authorized to perform work under this contract shall obtain facility access if required by the government. EMPLOYMENT OF DEPARTMENT OF DEFENSE PERSONNEL RESTRICTED. In performing this contract, the contractor will not employ (on either a full or part time basis) any current DoD personnel (civilian or military) without the prior approval of the government Contracting Officer. Such approval may be given only in circumstances where it is clear that no laws and no DoD regulations, or policies might possibly be contravened and no appearance of a conflict of interest will result. Performance Periods: One year from Date of award, plus 4 option years. Place of Performance is: Various DFAS Locations in NY, OH, IN, VA and ME. FOB Destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. FAR 52.212-2, Evaluation -- Commercial Items, is applicable. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Past Performance. Past performance and price are approximately equal in weight. Offerors should address the following: (1) PAST PERFORMANCE: ------------------------------------ Offerors are allowed to submit up to a maximum of 20 pages of recent (within the past 3 years), relevant past performance information for work and experience in similar projects (similar scope of work, similar magnitude of effort, similar complexity, etc. – as that of this requirement/SOW). References are to be included as well as the points of contact (POC), contract numbers and phone numbers. DFAS may confirm with the references the quality of products and services delivered, whether services were delivered on time, if the contractor was cooperative and responsive to changing needs of the customers, and if problems were resolved in a timely manner. All pages after the first 20 pages, regardless of whether they are title pages, tables of content, etc., will not be evaluated. These pages should be properly identified at the top of each page as Past Performance Information. Past Performance will be evaluated based on the following: • Demonstrated ability to deliver training such that students pass the CMA exam on the first attempt. Describe your success rate and how you determined it. Describe in detail how you would deliver training to support DFAS’s objective. Describe your instructor-led course’s approach and format, e.g., lecture, exercises, etc. • Demonstrated ability to schedule training in segments of appropriate length to reinforce learning and enhance success. Describe the length of your instructor-led course and how it is structured, e.g., do you have separate modules to support the four examination sections and how many hours of training does each module include? Describe the proposed timeline for delivering the instructor-led training and how the delivery will be structured, e.g., do you propose delivering a complete module on consecutive days or delivering in smaller segments over a longer period of time? • Demonstrated ability to support students that miss a portion of the training. Describe the capability you will provide to support a student who misses all or part of an instructor-led class to view the lecture that they missed. Describe if lectures/classes are available for a period of time before and/or after the class and, if so, for how long and in what format, e.g., on-line, video, CD. • Demonstrated ability to ensure that students pass the exam on second attempts. Describe the provisions that you will make for remedial training when students fail to pass a particular exam section • Demonstrated ability to provide quality educational materials. Describe what is included in your quote in addition to the delivery of instructor-led training, e.g., books, other written materials, CDs, DVDs, video, access to on-line support, software, simulations, sample test questions, practice exams, etc. Describe self-study and/or review systems and materials which will be available to the students to supplement instructor-led training. Describe how often your course and materials are updated. • Demonstrated experience in supporting similar study groups. • Demonstrated guarantees that you provide for success. • Demonstrated diagnostic tools that are available to assist instructors and students in assessing strengths and weaknesses and to target training to weak areas. • Demonstrated availability of any post-training/pre-exam support that you provide as students finalize their preparations for the exam, e.g., availability of instructor to answer questions, clarify issues, and review critical material. • Demonstrated ability to provide qualified instructors. Instructors should be CMAs who are subject matter experts in the areas of instruction. They should also have considerable experience in successfully facilitating CMA examination preparation training. Experience/References • DFAS will review each offeror’s Contractor Performance Assessment Reports (CPARS)/Past Performance Information Retrieval System (PPIRS) evaluations as part of the past performance assessment. NOTE: References, and any other source deemed appropriate by the Government, will be asked to comment on the performance and effectiveness of the contractor’s personnel/instructors. An evaluation will be conducted for each offeror based on the offeror’s performance under existing and prior contracts. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources – including sources other than those provided by the offeror. (2) PRICE: ------------- Prices should be provided as a firm fixed price (FFP) per student. Offers submitted on other than a FFP per student basis may be rejected. Travel will be determined on an as needed basis. Consequently, travel costs are unknown and will not be evaluated/calculated as a price factor. Travel costs will be reimbursed at cost as described in the SOW. The contractor will be responsible for the reproduction and shipment of course materials. It is anticipated that class size will range from ten to thirty students. DFAS will ensure a minimum of 10 students per class. Vendors are to provide pricing information as reflected in Exhibit 1 below (or in the same format). During evaluation, out year prices will be considered in the evaluation and will be added to the first year prices to determine a total evaluated price. Offerors are allowed to submit up to a maximum of 5 pages of supporting information on their price; however this is not required. All pages after the first five pages, regardless of whether they are title pages, tables of content, etc., will not be evaluated. These pages should be properly identified at the top of each page as Pricing Information. Prices will remain in effect for a full year. A tentative schedule of classes will be provided for each annual year. Option year prices will be adjusted annually on 01 May (or the date of award if later than 01 May) of each succeeding year (i.e., 01 May 2010, 01 May 2011, 01 May 2012, and 01 May 2013) and will remain in effect for that respective year. Prices should be provided as a firm fixed price (FFP) per student – based on a class size of 20 students. If you have a tiered pricing structure in which the FFP per student depends on the number of students in a class, please provide the FFP per student for each tier separately, e.g., 10-15 students, 16-20 students, etc. If tier pricing is provided, it will be used for pricing each scheduled class. However, for purposes of evaluation, pricing is to be based on a per student cost assuming the class size will be 20 students. Offers submitted on other than a FFP per student basis may be rejected. Complete the table below using your FFP per student (assuming the class size will be 20 students) of providing instructor-led training to prepare students to take and pass the four sections of the CMA examination. Exhibit 1 ---------------------------------------------------------------------------------------------- YearEst’d No. of Studts/Yr [A] Fixed Price/Studt [B] Total Est’d Price[C=A*B] ---------------------------------------- -------------------------- -------------------------------- Base Year120 $________________ $____________________ Option Year 1100 $________________ $____________________ Option Year 2100 $________________ $____________________ Option Year 3 80 $________________ $____________________ Option Year 4 80 $________________ $____________________ TOTAL FIVE YEAR COSTS (Including Option Years): $_________________________ Please indicate any additional costs involved for a student who does not pass on the first attempt. Quotes should NOT include more than twenty-six (26) total pages of information – one (1) page for General Information, twenty (20) pages for past performance, and five (5) pages for pricing. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Any additional contract requirement(s) or terms and conditions: ---------------------------------------------------------------------------- 52.217-8 -- Option to Extend Services. As prescribed in 17.208(f), insert a clause substantially the same as the following: Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days before the contract expires. [insert the period of time within which the Contracting Officer may exercise the option]. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 14 days before the contract expires [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (months)(years). (End of Clause) 52.222-46 -- Evaluation of Compensation for Professional Employees. As prescribed in 22.1103, insert the following provision: Evaluation of Compensation for Professional Employees (Feb 1993) (a) Recompetition of service contracts may in some cases result in lowering the compensation (salaries and fringe benefits) paid or furnished professional employees. This lowering can be detrimental in obtaining the quality of professional services needed for adequate contract performance. It is therefore in the Government’s best interest that professional employees, as defined in 29 CFR 541, be properly and fairly compensated. As part of their proposals, offerors will submit a total compensation plan setting forth salaries and fringe benefits proposed for the professional employees who will work under the contract. The Government will evaluate the plan to assure that it reflects a sound management approach and understanding of the contract requirements. This evaluation will include an assessment of the offeror’s ability to provide uninterrupted high-quality work. The professional compensation proposed will be considered in terms of its impact upon recruiting and retention, its realism, and its consistency with a total plan for compensation. Supporting information will include data, such as recognized national and regional compensation surveys and studies of professional, public and private organizations, used in establishing the total compensation structure. (b) The compensation levels proposed should reflect a clear understanding of work to be performed and should indicate the capability of the proposed compensation structure to obtain and keep suitably qualified personnel to meet mission objectives. The salary rates or ranges must take into account differences in skills, the complexity of various disciplines, and professional job difficulty. Additionally, proposals envisioning compensation levels lower than those of predecessor contractors for the same work will be evaluated on the basis of maintaining program continuity, uninterrupted high-quality work, and availability of required competent professional service employees. Offerors are cautioned that lowered compensation for essentially the same professional work may indicate lack of sound management judgment and lack of understanding of the requirement. (c) The Government is concerned with the quality and stability of the work force to be employed on this contract. Professional compensation that is unrealistically low or not in reasonable relationship to the various job categories, since it may impair the Contractor’s ability to attract and retain competent professional service employees, may be viewed as evidence of failure to comprehend the complexity of the contract requirements. (d) Failure to comply with these provisions may constitute sufficient cause to justify rejection of a proposal. (End of Provision) 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation. As prescribed in 37.110(b), insert the following clause in solicitations and contracts for services to be performed on Government installations, unless a construction contract is contemplated: Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor’s failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. (End of Clause) Section 508 Compliance ------------------------------ DAS 52.39-9000 Representation of Compliance with the Electronic and Information Technology Accessibility Standards (May 2003) (a) Submission of the representation referenced in paragraph (b) and (c) is a prerequisite imposed by 36 CFR 1194 for making or entering into this contract. (b) By submitting an offer or quote, the offeror represents that the products and services offered in response to this solicitation comply with the Electronic and Information Technology (EIT) Accessibility Standards at 36 CFR 1194, unless stated otherwise within the quotation or proposal. (c) By submitting an offer or quote, the offeror further represents that any EIT products and services offered in response to this solicitation that are less than fully compliant are offered pursuant to extensive market research, which ensures that they are the most compliant products and services available to satisfy this solicitation's requirements. (End of Provision)" DFAS 52.223-9000, “ENVIRONMENTALLY PREFERABLE PRODUCTS” (OCT 2007) The Environmentally Preferable Products clause is included in this contract to articulate the Government’s polices on Green Contracting. FAR 23.403 sets forth the Federal Government’s policy to acquire items composed of the highest percentage of recycled-content practical, in a cost effective manner while still obtaining other contracting goals. Recycled-content products are identified in the Environmental Protection Agency’s Comprehensive Procurement Guidelines (CPGs). The United States Department of Agriculture (USDA) will be producing a similar list which designates Bio-based products. EPA guideline items (and USDA designated bio-based products, when designated) are seen as the minimum that should be considered when evaluating environmentally preferable materials. Other environmentally preferable materials and products not listed, but commonly used in industry outside of the Government, should also be considered. The recently issued Executive Order 13423 (January 24, 2007) requires federal agencies to use sustainable environmental practices, including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products. Moreover, it now requires that paper of at least 30 percent post-consumer fiber content must be acquired or used in Agency acquisitions of goods and services. § 1. Mandatory use of Paper and other products with recycled content. (a)All paper utilized in the performance of this contract must be of at least 30 percent post-consumer fiber content. (b)The contractor, by responding to this RFP/RFQ, affirmatively acknowledges that they will, to the maximum extent practicable, use sustainable environmental practices including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products in the performance of this contract that meet the recycled-content recommendations for EPA designated items, which are found at http://www.epa.gov/epaoswer/non-hw/procure/products.htm. In addition, by responding to this RFQ/RFP the contractor is certifying the deliverables required under this contract shall meet the recycled-content recommendations for EPA designated items. § 2 Notice of Green alternatives in Offerors’ product/service. When offering a product or service that contains Green components as that term is defined at http://www.epa.gov/epaoswer/non-hw/procure/products.htm, (a)the contractor shall make the Contracting Officer aware of such facts in the submission of their quote or proposal. (b) The contractor, when appropriate, shall comply with FAR Clause 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products. § 2 Affirmative Duty of Contractors to adhere to Green Contracting Policy. (a)Whenever practicable, the Contractor has an affirmative duty to examine its packaging to eliminate or reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable material for non-recyclable material in packaging. (b) Whenever practicable, the Contractor has an affirmative duty to find other materials utilized in the delivery of services under this contract and examine whether it can reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable materials for non-recyclable materials of items consumed in the furnishing of their services. DFAS 252.232-9000 “WIDE AREA WORK FLOW (WAWF) – RECEIPT AND ACCEPTANCE (RA) INSTRUCTIONS” (November 2007) (a) As prescribed in DFARS clause 252.232-7003 Electronic Submission of Payment Requests (March 2007), Contractors must submit payment requests in electronic form. The Defense Finance and Accounting Service (DFAS) has implemented the DoD sanctioned Wide Area Workflow-Receipt and Acceptance (WAWF-RA) for contractors to submit electronic payment requests and receiving reports. Invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF-RA using the invoice type identified in paragraph (d) below. Paper copies will no longer be accepted or processed for payment unless the conditions of DFARS clause 252.232-7003(c) apply, and are specifically authorized in the contract. (b) The contractor shall ensure an Electronic Business Point of Contact is designated in the Central Contractor Registration at http://www.ccr.gov. The contractor must register to use WAWF-RA at https://wawf.eb.mil, within ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract. Step by step procedures to register are available on the WAWF-RA website. (c) Guidance regarding WAWF is available. There is a “Getting Started Guide” for WAWF and a free on-line computer based training module available at www.wawftraining.com. Payment information is available in the “myInvoice” system, a web-based tool that provides current payment status of a WAWF invoice. MyInvoice is available at https://myinvoice.csd.disa.mil//index.html. Vendor registration is required. Additional information on WAWF and eCommerce Tools are available at http://www.dod.mil/dfas/contractorpay/electroniccommerce/ECToolBox.html. (d) Invoices shall be submitted via WAWF-RA as (choose single type or multiple types) a “2-in-1”, a “Combo”, or as a “Cost Voucher”. [Note: Cost Vouchers may be submitted only if the contract terms and conditions specifically authorize payment via a cost voucher.] [WAWF-RA invoice types authorized for the submission of payment requests are: 1. Combo – Invoice and Receiving Report. To be used for goods or any combination of goods and services. 2. 2-in-1 invoice: Normally used for services only contract, however, it may be and is used for goods and/or services. 3. Cost voucher: Used if billing for cost type/reimbursable contracts. Cost vouchers are only used when contracts/orders require invoices be sent to DCAA for approval; and if specifically authorized in the contract. 4. Progress Payments: Used when contracts/orders contain FAR 52.232-16 or DFARS 252.232-7004. 5. Performance Based Payments: Used when contracts/orders contain FAR 52.232-32] (e) DoDAACs or DoDAAC extensions. The contractor shall ensure the following DoDAACs are input when completing WAWF document(s); regardless of other DoDAACs used on the contract. It is important to note that if EDA is used to pre-populate the Address (DoDAAC) information on the WAWF document(s), the contractor must verify the data against the following information. If necessary, change the pre-populated WAWF input in accordance with the information provided below. Issued by DoDAAC - ________________ (Enter the “Issued By” Code) Admin DoDAAC - __________________ (Enter the “Administered By” Code -Usually the same as the “Issued By” Code). Payment DoDAAC – _________________ (Enter the “Payment Will Be Made By” Code) Acceptor DoDAAC - _____________________ (Enter the DoDAAC for the office/individual authorized to reject, accept and approve documents for payment). Acceptor - _______________________________ (Enter the name and phone number of the acceptor) Inspected By DoDAAC/EXT - ____________ (Leave blank unless inspected at the Source, in which case the source inspection DoDAAC is entered – generally a DCMA DoDAAC; or unless client uses an Inspected By DoDAAC). LPO DoDAAC/ EXT - ______________ (Leave blank unless the DFAS activity is requesting the LPO function be utilized and has provided the DoDAAC). (f) The Contractor shall send email notification to the following listed addresses. Before closing out of an invoice session in WAWF-RA but after submitting your document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on “ Send More Email Notification” on the page that appears and input applicable e-mail address (see below). This additional notification to the government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF-RA system. (Include the following e-mail addresses as applicable.) (1) WAWF Acceptor (e-mail address): _________________________________ [Acceptor’s work e-mail address, not the WAWF-RA Org e-mail address] (2) Contracting Officer Representative (COR) (e-mail address): ___________ (3) Government Point of Contact (GPOC) (e-mail address): _______________ (4) Alternate COR or GPOC (e-mail address): __________________________ (END OF CLAUSE) Quotes are due by 1:00 p.m. EST on 26 March 2009. Facsimile and e-mail quotes are acceptable and preferred Quotes may be submitted by mail and forwarded to: Point of Contact: Richard D. St.Clair DFAS Contract Services Directorate 3990 E. Broad Street Bldg. 21, Room 2B218 Columbus, OH 43213-1152 Phone Number: 614-693-1910 Fax Number: 614-693-1808 e-mail address: Richard.Stclair@dfas.mil Furnish quotes to this POC on or before the closing time listed in this RFQ.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8316b0a4b48d74dfeaffc4c42208fed0&tab=core&_cview=1)
 
Place of Performance
Address: The majority of the finance and accounting training will be performed in Indianapolis, Indiana; Columbus and Cleveland, Ohio; Rome, New York; Arlington, Virginia and Limestone, Maine., United States
 
Record
SN01767182-W 20090313/090311220414-8316b0a4b48d74dfeaffc4c42208fed0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.