Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2011 FBO #3368
SOLICITATION NOTICE

U -- Peace Shield C4I Technician Information Technology Training

Notice Date
2/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
F3PH310301A001
 
Archive Date
3/15/2011
 
Point of Contact
Gwen K Mayhue, Phone: 210-652-3816
 
E-Mail Address
gwen.mayhue@randolph.af.mil
(gwen.mayhue@randolph.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Air Education and Training Command Contracting Squadron, Randolph AFB, TX has a requirement to purchase PEACE SHIELD Information Technology Training program, C4I Technician Training Requirements (Computer Training and Certifications) support for Air Force Security Assistance Training Squadron (AFSAT). This is a streamlined 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 notice constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (F3PH310301A001). The solicitation document and incorporated provisions and clauses are those in effect under the Federal Acquisition Circular 2005-39. All responsible sources may submit bid, proposal, or quotation which shall be considered by the agency. The NAICS Code is 611420; size standard $7.0M. NATURE OF ACQUISITION: AFSAT has a requirement for PEACE SHIELD Information Technology Training program, C4I Technician Training Requirements (Computer Training and Certifications) to be conducted in the United States. The requirement includes Information Technology Technician Training which includes 1) Microsoft Computer Technician Professional Certifications; 2) Oracle Professional Certifications; 3) Network Security and ManagemenT; 4) Network+ and A+ Professional Certifications. The contractor shall be responsible to teach 11 courses to 88 students during each Gregorian calendar year, for a total of 176 students, during the two (2) year contract period. CONTRACT TERMS AND CONDITIONS: The following provisions apply: 52.212-1 -- Instructions to Offerors -- Commercial Items (Jun 2008) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) 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. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) 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 unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST ( http://assist.daps.dla.mil ). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch/ ) (iii) ASSISTdocs.com ( http://assistdocs.com ). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of Provision) 52.212-2 Evaluation-Commercial Items 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 government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. In determining the most advantageous offer to the government, the government shall consider the following three factors: technical, past performance, and price. Technical, past performance and price, when combined, are all equal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of provision) 52.217-5 -- Evaluation of Options. Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) 52.217-8 -- Option to Extend Services 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 60 days. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract 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 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days 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 2 years, 6 months. (End of Clause) Conformance to the Schedule of Supplies. The technical proposal shall demonstrate the ability to provide PEACE SHIELD Information Technology Training program, C4I Technician Training Requirements (Computer Training and Certifications) as required. The technical proposal should also include the descriptive literature for each corresponding CLIN offered to clearly demonstrate the product and/or services offered. Price. The firm fixed price shall be based on the rates contained in your proposal, including any volume or spot discounts. Since award will be based on initial responses, you are encouraged to offer your most advantageous pricing in the initial response. Contractors are required to complete the schedule of supplies. Past Performance. The government will evaluate the quality and extent of the contractor's performance deemed relevant to the requirements of this RFP. The government will use information submitted by the contractors and other sources such as other Federal Government offices and commercial sources, to access performance. Provide at least one and no more than three (3) relevant contracts, from different customers, performed for other Federal agencies or commercial agencies within the last three (3) years. Relevant contracts include contracts for products similar to the requirements contained in the schedule of supplies. The evaluation of past performance information will take into account past performance information regarding predecessor companies, relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. Furnish the following information for each contract listed. (i) Company/Division name (ii) Product/Service (iii) Contracting Agency/Customer (iv) Contract Number (v) Contract Dollar Value (vi) Period of Performance (vii) Verified, up-to-date name, address, Fax and telephone number of the contracting Officer (viii) Comments regarding compliance with contract terms and conditions (ix) Comments regarding compliance with any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on-line at http://farsite.hill.af.mil. Alternate I (Apr 2002). As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic provision: (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(9) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory or the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding. The following clauses apply: 52.203-6 - Restriction on Subcontractor Sales to Government 52.203 -6 (Alt I) - Restriction on Subcontractor Sales to Government - Alternate I 52.204-4 - Printed or Copied Double-Sided on Recycled Paper 52.204-7 - Central Contractor Registration 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Jun 2010) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2010) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.252-2 - CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-6 - Notice of Total Small Business Set-Aside 52.219-8 -- Utilization of Small Business Concerns 52.219-14 - Limitations on Subcontracting 52.219-28 -- Post-Award Small Business Program Rerepresentation 52.222-3 -- Convict Labor 52.222-21 -- Prohibition of Segregated Facilities 52.222-50 -- Combatting Trafficking in Persons 52.222-99 -- Notification of Employee Rights under the National Labor Relations Act 52.225-13 - Restrictions on Certain foreign Purchases 52.232-33 -- Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-3 -- Protest After Award 52.233-4 -- Applicable Law for Breach of Contract Claim 252.204-7003 -- Control of Government Personnel Work Product 252.204-7004 Alt A -- Central Contractor Registration Alternate A 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 -- Levies on Contract Payments. 252.243-7001 -- Pricing on Contract Modifications 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2011) a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. ____ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) ____ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (2) ____ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (3) ____ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (OCT 2010) (15 U.S.C. 637). (4) ____ 252.219-7004, Small Business Subcontracting Plan (Test Program) (OCT 2010) (15 U.S.C. 637 note). (5)(i) ____ 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d, E.O. 10582). (ii) ____Alternate I (DEC 2010) of 252.225-7001. (6) ____ 252.225-7008, Restriction on Acquisition of Specialty Metals (JUL 2009) (10 U.S.C. 2533b). (7) ____ 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (JUL 2009) (10 U.S.C. 2533b). (8) ____ 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010) (10 U.S.C. 2533a). (9) ____ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (10) ____ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (DEC 2010) (Section 8065 of Public Law 107-117 and the same restriction in subsequent DoD appropriations acts). (11)(i)____ 252.225-7021, Trade Agreements (NOV 2009) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (ii)____ Alternate I (SEP 2008) of 252.225-7021. (iii)____Alternate II (DEC 2010) of 252.225-7021. (12) ____ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (13) ____ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (14)(i) ____ 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (DEC 2010) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (ii)___ Alternate I (JUL 2009) of 252.225-7036. (iii)___ Alternate II (DEC 2010) of 252.225-7036. (iv)___ Alternate III (DEC 2010) of 252.225-7036 (15) ____ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (16) ____ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DoD appropriations acts). (17) ____ 252.227-7015, Technical Data-Commercial Items (NOV 1995) (10 U.S.C. 2320). (18) ____ 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). (19) ____ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (20) ____ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (21) ____ 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84) (22) ____ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (23) ____252.246-7004, Safety of Facilities, Infrastructure, and Equipment For Military Operations (OCT 2010) (Section 807 of Public Law 111-84). (24)____ 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417). (25)(i) ____ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ____ Alternate I (MAR 2000) of 252.247-7023. (iii) ____ Alternate II (MAR 2000) of 252.247-7023. (iv) ____ Alternate III (MAY 2002) of 252.247-7023. (26) ____ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR (2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). (2) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (3) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417). (4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (5) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) 5352.201-9101 -- OMBUDSMAN -- (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the AETC ombudsmen, Chief, Business Operations Branch, HQ AETC/A7KB, 2035 First Street West, Randolph AFB TX 78150-4304, 210-652-5815; facsimile 210-652-8348. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. INVOICING INSTRUCTIONS AND PAYMENTS FOR SUPPLIES/SERVICES Invoices for supplies/services rendered under the contract resulting from this solicitation shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF). The vendor shall self-register at the web site https://wawf.eb.mil. Once registration has been completed, the vendor must notify the appropriate buyer of contracting officer that they are ready to start using WAWF. Vendor training is available on the Internet at http://wawftraining.com. For more information call 1-866-618-5988. Local Clause - WAWF (Service/Commodities Contracts) IAW DFARS 252.232.7003 - Electronic Submission and Processing of Payment Requests 1. During the performance of the subject contract, invoices will be submitted and accepted using the WAWF web-based system. For information on WAWF, including web-based training, visit the web-site at: https://wawf.eb.mil/ and click on About WAWF. The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you are already familiar with WAWF, the information that follows will assist you in self registering to submit invoices for the subject contract. 2. The following are the codes needed to input a "2-in-1 (SERVICES ONLY)" invoice in WAWF for the subject contract: Issue DoDAAC: FA3002 Admin DoDAAC: FA3002 Inspector: N/A Acceptor (Ship To): F3PH31 Pay DoDAAC: F67100 3. To facilitate prompt, accurate processing of your invoices through WAWF, please set up email notifications for the following: bill.fisher@randolph.af.mil (Acceptor) gregg.poitras@us.af.mil (Alternate Acceptor) gwen.mayhue@randolph.af.mil (Contract Administrator) 4. For questions regarding WAWF, contact the Customer Support section at (801)605-7095. For questions regarding the contract, contact the Contracting Officer at gwen.mayhue@randolph.af.mil. 5. Changes to the email addresses or Contracting Officer noted above will be made via email. All other changes will be made through modification. Note: the following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d). 1. Software applications and operating systems 2. Web-based Internet and Internet information and applications 3. Telecommunications products 4. Video and multimedia products 5. Self contained, closed products 6. Desktop and portable computers Further information and guidance can be found at http://www.section508.gov Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. Electronically transmitted orders are complete for payment purposes only. Additional or supplemental instructions provided to the contractor under separate cover are non-payment affecting items and are applicable to this order with the same force and effect as all other terms and conditions of the order. The items sold to the Government should be properly marked with manufacturer's name and part number. DOD Policy on Elimination of Use of Class I Ozone-Depleting Substances. No DOD contract awarded on or after June 1, 1993 may include a specification or standard requiring the use of an ozone depleting chemical. The supply or service being procured by this contract has been certified as a non ODC item. If to your knowledge the product or service contains or will require the use of ozone depleting chemicals in the performance of this contract, you are required to notify the Contracting Officer immediately. Responses to this notice shall be provided in writing via e-mail to: Ms Gwen Mayhue, at gwen.mayhue@randolph.af.mil and copied to Ms Kerry Kelly at kerry.kelly@randolph.af.mil. All responses shall be received NLT 12:00 PM CST on 27 Apr 10. Email is the preferred method. Point of Contact: Ms Gwen Mayhue, Contract Specialist, Phone 210-652-3816, Fax 210-652-1817; 2021 First Street West, Randolph AFB, TX 78150-4302. PERFORMANCE WORK STATEMENT (PWS) FOR PEACE SHIELD INFORMATION TECHNOLOGY TRAINING PROGRAM 1.0. Description of Service 1.1. Scope 1.1.1. Training and technology transfer is required by the Royal Saudi Air Force (RSAF) in support of the PEACE SHIELD Information Technology Training program, C4I Technician Training Requirements (Computer Training and Certifications). Proposed training will be Contractor, Type 1 Special Training, procured by the Air Education and Training Command (AETC) and presented under the auspices of the Security Assistance Training Program. All instruction and technical information shall be in the English language. 1.1.2. Training and support services may be provided at the Contractor's facility or at another site to be determined. Training material, officer and enlisted lodging and local ground transportation may be provided, as customer requirements are known. The type of training, the date and duration, and number of attendee's shall be established in individual orders. 1.2. Requirements covered by this agreement shall include but are not limited to the following: 1.2.1. Information Technology Technician Training 1.2.1.1. Microsoft Computer Technician Professional Certifications 1.2.1.2. Oracle Professional Certifications 1.2.1.3. Network Security and Management 1.2.1.4. Network+ and A+ Professional Certifications 1.2.2. Training Materials/Instructor Materials 1.2.3. Miscellaneous Procurement 1.2.4. Long Lead Training Program Management Support/Assistance 1.2.5. Contractor shall provide training at contractor's location in accordance with (IAW) objectives provided and duration of each course as set forth in the course chart provided in table 1.4.1. The training dates are to be determined with individual task orders. 1.2.6. All training will be derived from industry recognized Commercial-off-the-Shelf (COTS) courses. Course length instruction hours shall be based on the actual student interface hours with the instructor in the learning environment. Training will include combinations of formal classroom instruction and necessary performance exercises to provide skill proficiency. The primary emphasis will be "Hands-On" practical experience, where applicable, allowing students to complete all trained tasks unsupervised and using approved technical data. Contractor-provided training will be in a skill similar to the skill currently possessed by the student. Basic theory training is not required. 1.3. Training 1.3.1. The objective of training is to provide the necessary skills to independently operate and/or maintain the PEACE SHIELD equipment and computers, including COTS equipment and networks. Training shall be to the level necessary to allow students a thorough understanding of the professional certifications, including up to two attempts to pass the certification examination. 1.3.2. Academic training may consist of lecture/discussion sessions and laboratory exercises. Testing procedures must be in place and used to verify the student has gained knowledge as taught. 1.3.3. Courses will be identified and documented to the Course Charts (see Exhibit A, reference to RSAF Statement of Work (SOW) paragraph 2.c.(2)). 1.3.4. Knowledge objectives shall be measured, documented and demonstrated to the level of skill required by this contract. 1.4. Contractor Responsibilities 1.4.1. Performance. Performance will commence and be completed as set forth in the following training schedule. See Exhibit A for specific personnel allocations to each course. NO. COURSE TITLE SEATS PER YEAR 1 Cisco Networks 12 2 Microsoft Visual Studio Team System (VSTS) 8 3 MS SQL2005 Server Database Administrator Training Program 8 4 A+ Certification 8 5 Network+ Certification 8 6 Oracle Certified Professional (OCP) (DBA +Developer) 6 7 Microsoft Share Point Server (MSPS) 8 8 Microsoft Solutions Framework (MSF) 8 9 Microsoft® Certified Systems Engineer (MCSE) Certification 8 10 Microsoft® Certified Solution Developer (MCSD) Certification 8 11 Network Security and Management 6 1.4.2. Instructors. Contractor will provide instructors proficient in the area of instruction with a continuous learning plan. 1.4.3. Training Facilities. Contractor shall provide properly lighted and ventilated facilities free of outside noise. The instructor room shall be secured to control access to student records and measurements. Appropriate safety measures shall be briefed to all incoming students and shall be observed and enforced. 1.4.4. Materials, Equipment and Data. Contractor shall furnish all training materials, equipment and data required to perform this contract except that which is identified as government furnished equipment/material/data. Equipment shall be serviceable and suitable for its intended purpose. 1.4.5. Student Administration. 1.4.5.1. Contractor shall provide documentation in electronic format to the Training Program Manager (TPM) identified below. If documentation size exceeds electronic mail capacity, a CD delivered by other means is acceptable. AFSAT Attn: Mr. Bill Fisher 315 J Street West Randolph AFB TX 78150-4354 For e-mail contact: bill.fisher@randolph.af.mil 1.4.5.2. One (1) copy of the student's Invitational Travel Orders (ITO) and a completed AETC Form 325, Student Accounting and Attendance Record or Contractor equivalent, within two (2) working days of student entry. 1.4.5.3. Complete AETC Form 258, Student Evaluation of Training, or Contractor equivalent (with students' signatures) and mail to TPM not later than five (5) working days after completion of each training class. Courses exceeding six (6) weeks duration require student evaluations every third week. 1.4.5.4. One (1) copy of the completed AF Form 1256, Certificate of Training or Contractor equivalent; and a Course Evaluation Report not later than five (5) working days after course completion. Certificate of Training shall be provided to students upon course completion (original and one (1) copy). The Course Evaluation Report will be in Contractor format and shall include all problems encountered during the conduct of the course, such as deficiencies in subject coverage, documentation, and equipment failures. 1.4.5.5. The Contractor shall be responsible for all students training records through completion of the last course under contract. The records shall be provided to the students after completion of training. 1.4.6. Contractor shall contact the cognizant AFSAT Training Program Manager (TPM) to determine the course of action for the following situations: 1.4.6.1. If course objective(s) cannot be met, he shall immediately send a message to the address indicated in paragraph 1.4.5.1., stating the reasons for failing to meet objectives and requesting alternative instructions. An information copy will be sent to the Administrative Contracting Officer (ACO) assigned to administer this contract. 1.4.6.2. If the Contractor believes that a student should be released from training for any reason, he shall immediately send a message to the address indicated in paragraph 1.4.5.1., stating the reasons for request for release and requesting disposition instructions. An information copy will be sent to the Administrative Contracting Officer (ACO) assigned to administer this contract. 1.4.7. Supplemental Information/Student Training Materials 1.4.7.1. Contractor shall submit all instructional material, including course charts/outlines, to the AFSAT TPM for disclosure release and approval before training presentation not later than 45 days before course start. All documents must reflect the contract number, course title to include "Royal Saudi Air Force," document date, "AFSAT Approved for Release" date/number and security classification. The instructional materials will include the following Disclosure Statement: "This information is furnished on the condition that it will not be released to another nation without specific authority of the Department of the Air Force of the United States, that it will be used for military purposes only, that individual or corporate rights originating in the information, whether patented or not, will be respected, that the recipient will report promptly to the United States any known or suspected compromise, and that the information will be provided substantially the same degree of security afforded it by the Department of Defense of the United States. Also, regardless of any other markings on the document, it will not be downgraded or declassified without written approval of the originating U.S. agency." 1.4.7.2. Contractor format for student training materials is acceptable. Contractor shall determine the requirement for the types of training materials to be used in course presentations. Training material shall be based on all applicable and current data. 1.4.7.3. Contractor shall provide one (1) electronic copy of student training materials approved for release to each student during course presentation. 1.4.7.4. Contractor shall ship student training and instructor teaching materials to the customer country in accordance with the ITO. If shipping information is not listed on the ITO, the Contractor shall contact the AFSAT TPM for shipping address/and shipping instructions prior to shipment. At a minimum, materials shall be marked on the outer wrapper as "Instructor Material" or "Training Material" with an inner wrapper identifying contents, the case and work control number (WCN). 1.4.8. Quality Control 1.4.8.1. The Contractor shall apply its inherent quality management process to meet contract objectives. Contractor's attention is directed to the clause entitled 'Inspection of Services.' Contractor shall submit a Quality Control Plan (QCP) or ISO Certification to the PCO, for acceptance, 30 days after contract award. Changes to the QCP during contract performance shall be submitted to the CO for acceptance no later than 10 calendar days prior to any changes being affected by the contractor. The ISO Certification must illustrate proposed method(s) of inspection, and actions to be taken to correct deficiencies discovered during the inspection process. If ISO Certification is submitted, Contractor shall include certification details (date of certification, certifying agency, etc.). 1.4.8.2. The Contractor's quality inspection documentation (i.e., metrics, reports, etc.) shall be made available to the TPM upon request. The reports should provide information on the methods of inspection, what was inspected, discrepancies found, and actions taken to correct and preclude recurrence.   2.0. SERVICE SUMMARY (SS) The following critical or major requirements of the PWS require quality assurance evaluation. PERFORMANCE OBJECTIVE PWS PARAGRAPH PERFORMANCE THRESHOLD SS PO-1. Contractor shall provide training which meets content and objectives. PWS Section 1.0., Paragraphs 1.2. through 1.3.4. Training meets 100% of the content and objectives. SS PO-2. Contractor shall comply with scheduled dates. PWS Section 1.0., Paragraph 1.2.5., 1.4.1. and Exhibit A. 100% of all eligible students commence and be completed as scheduled, unless student is proven unable to progress in accordance with Section 1.0., Paragraph 1.4.6.2. SS PO-3. Contractor shall provide materials and equipment. PWS Section 1.0., paragraph 1.4.4. Equipment is in good working order and class schedules are neither delayed nor negatively impacted 95% of training course/days. SS PO-4. Contractor shall provide student administration and documentation. PWS Section 1.0., Paragraph 1.4.5. through 1.4.5.5. Documentation will be on time and in quantity required 100% of the time. "The Government reserves the right to inspect/review all parts of this contract not just the specified areas listed above." 3.0. GENERAL INFORMATION 3.1. English Comprehension Level Codes (ELC). 0-39 ECL - No Practical Proficiency 40-54 ECL - Elementary Proficiency - Asks and answers questions on daily personal needs, within a limited vocabulary and with frequent errors in pronunciation and grammar. 55-69 ECL - Limited Working Proficiency - Converses intelligently but without thorough control of pronunciation and grammar within most social situations, about current events, his work, family, autobiographical information and non-technical subjects. 70-79 ECL - Minimum Technical Proficiency - Participates effectively in all general conversation, discusses particular interests, in his special field, without making errors that obscure meaning. 80-89 ECL - Full Technical Proficiency - Speaks the language fluently and accurately on all levels pertinent to military service needs without errors of pronunciation or grammar that interfere with ease of understanding. 3.2. Student Prerequisites. 3.2.1. Student(s) attending training under this contract will possess the appropriate minimum English Comprehension Level (ECL) and Oral Proficiency Interview (OPI) shown below. ECLs will be as verified either by the appropriate US Embassy Office of Defense Cooperation/Military Assistance Program/Security Cooperation Office or the Office of Defense Language Institute English Language Center (DLIELC). No requirement for translation during training will be required unless authorized herein. 3.2.2. Personnel will have a minimum ECL of 70. 3.2.3. All students will be qualified in their specialty/discipline. 3.3. Student Medical Services. The Contractor shall provide to all students receiving training at the Contractor's facility, emergency minor medical services as normally provided to its own employees. If major treatment or hospitalization is required, the Contractor shall make arrangements as follows: 3.3.1. As the student is a member of an allied armed force, he/she should be taken to the nearest US military hospital, if possible. The nearest civilian hospital/medical facility shall be a secondary consideration; however, immediate treatment will be given first priority. In either case, the Contractor shall provide the medical facility a copy of the student's Invitational Travel Order (ITO) (DD Form 2258) plus examples of inquiry letters included on herein. 3.3.2. The Contractor shall notify the contracting officer within 24 hours after becoming aware of a student's treatment and/or hospitalization. The Contractor will not pay for any medical costs or medications on behalf of students. Payment for medical services, and prescribed medications, shall be made by forwarding the medical bills to: AFSAT/FMF 315 J Street West Randolph AFB TX 78150-4354 3.3.3. All claims for payment to providers must include the following: 3.3.3.1. Medical/pharmacy invoice/student receipt of payment 3.3.3.2. Student's name 3.3.3.3. A copy of the student's ITO 3.3.3.4. A description of the medical care/medications provided, 3.3.3.5. Date provided 3.3.3.6. The forwarding address in home country for those students who will complete training prior to receiving reimbursement. 3.3.3.7. Upon receipt, AFSAT/FMF will validate the claim and forward to DFAS-JAXBD/IN, Indianapolis IN for payment. Normal processing time after receipt of billing is 30-45 days. 3.3.3.8. Provide DFAS-JAXBD/IN with a summary of the unprocessed claim events and include all documentation that may assist in the research. All requests must be on medical facility or collection agency letterhead and sent to the DFAS-JAXBD/IN address listed above, please include a point of contact and telephone number. The DFAS disbursing office will then proceed with the claim. If it is found that the original check(s) have been negotiated, they will provide you with photocopies (front and back). If it is found that the check(s) have not been negotiated, then a replacement check will be issued. Allow 30-45 days for inquiry to be completed. Paying office, DFAS-JAXBD/IN, telephone (317) 510-7377, and fax (317) 510-7278. 3.3.3.9. Medical provider inquiry into medical claims is to be made as follows: 3.3.3.9.1. To verify status of unprocessed claims, Contractor may advise medical providers to contact AFSAT/FMF at the address above or call (210) 652-5335 to verify sponsorship and confirm status of claim (i.e. paid, pending, processing, or not received). NOTE: Use EXAMPLE 1 (Request Status on Unprocessed Claims/Medical Bills) format when making inquiries. Examples follow Section IV. 3.3.3.9.2. To follow-up on processed claims for which check payment has not been received, Contractor should advise the medical providers to prepare a written request for information from DFAS-JAXBD/IN using same format as below (do not include the second portion). Statements should be added expressing non-receipt of payment and a request for payment tracer and/or check replacement. All requests must be on company letterhead and sent to the DFAS-JAXBD/IN (AF), 8899 E 56th ST, Indianapolis IN 46249. NOTE: Use EXAMPLE 2 (Non-Receipt of Medical Claim Payment for Bills) format when making inquiries. Examples follow Section IV. 3.4. Performance of Services during Crisis. In the event of an unforeseen natural or military crisis, i.e., hurricane, insurrection, etc., the Contractor's primary responsibility is to safeguard the students. 3.5. Technology Transfer 3.5.1. The Contractor is responsible for obtaining all necessary approvals, clearances, to allow the shipment of training materials to the customer country by either claiming an FMS Exemption under the auspices of the applicable Letter of Offer and Acceptance (LOA), in accordance with the International Traffic in Arms Regulations (ITAR), Part 126, General Policies and Provisions, Sub-Part 126.6, Foreign-owned Military Aircraft and Naval Vessels, and the Foreign Military Sales Program, or with an approved Technical Assistance Agreement (TAA), in accordance with the applicable ITAR, Part 124, Agreements, Off-Shore Procurement and Other Defense Services, Sub-Part 124.1, Manufacturing License Agreements and Technical Assistance Agreements through the U.S. Department of State, Directorate of Defense Trade Controls. Also, regarding TAAs reference ITAR, Sub-Part 124.2, Exemptions for Training and Military Services. The contractor shall ensure either of these approaches is successfully completed prior to training start, to include any subcontractor training required for each individual vendor. 3.5.2. A copy of all course material for releasability/disclosure review shall be provided not later than 45 days before course start. Contact AFSAT TPM for release authority office (i.e. DCMC or AFSAT). The contractor is also responsible for disclosure review of vendor courses that may be required. When DCMC is the release authority, the contractor shall provide copies of the release authorization to the AETC/LGCI ACO and appropriate TPM. 3.6. Evaluation and Certification and Payment Instructions 3.6.1. Training will be evaluated and certified by the training program manager, or representative, using student critiques, attendance records, and Contractor reports. 3.7. Contractor shall submit their invoice through Wide Area Work Flow (WAWF), created as a 2-in-1 (SERVICES ONLY). Assistance and information for WAWF processing is as follows: NOTE: See Federal Acquisition Regulation (FAR) 32.905 for information required within the invoice. Compliance will prevent delay to payment. 3.7.1. The following are the codes needed in WAWF for the invoice "2 in 1 (SERVICES ONLY)" form for the subject contract: Issue DoDAAC: FA3002 Admin DoDAAC: FA3002 Inspector/Ext: N/A Service Acceptor: FA3002 Pay DoDAAC: F67100 3.7.2. Be sure to include the period of performance (the period the services were conducted, inclusive of start and grad dates; ex: 16 Jun 11 - 27 Jun 11, etc.) in the "Description" Block found in the Line Item Tab. Invoices not containing the Period of Performance will be rejected back to the originator by DFAS. 3.8. Please do the following to facilitate prompt, accurate processing of your invoices through WAWF. 3.8.1. Send an email to the following when you input a new invoice into the system: bill.fisher@randolph.af.mil (Acceptor) gregg.poitras@us.af.mil (Alternate acceptor) gwen.mayhue@randolph.af.mil (Contract Administrator) 3.8.2. Indicate the line of accounting for each CLIN in the description block. 3.9. Direct any inquiries to: gwen.mayhue@randolph.af.mil. 3.10. Training and registration websites are: training - https://wawftraining.eb.mil actual - https://wawf.eb.mil/ 3.11. Upon satisfactory compliance with all the terms of this contract, the TPM will continue processing of the invoice through WAWF.   Exhibit A Training Schedule Copied from RSAF Statement of Work (SOW) - C4I Technician Training Requirements - (Computer Training and Certifications) Attachment B, Projected Peace Shield Training Schedule. For informational/planning purposes. The training dates are still to be determined. Student RSAF Specialty Cisco Networks VSTS MS SQL 2005 A+ Certifica-tion Network Certifica-tion OCP DBA+ Developer MSPS MSF MCSE MCSD Network Security & Mgt A Officer  B Officer  C Officer  D 175X0  E 175X0  F 175X0   G Officer   H Officer   I 175X0   J 175X0   K Officer   L Officer   M 282X0   N 282X0   O 282X0   P 282X0    Q 281X0   R 175X0   S 281X0  T 175X0  U Officer  V Officer  W 281X0  X 281X0  Y 281X0  Z 175X0  1A 175X0  1B 175X0  1C Officer   1D Officer   1E Officer   1F 282X0  1G 282X0  1H 282X0  1I 282X0  1J 282X0  1K 175X0  1L 175X0  1M 281X0  1N 281X0  1O Officer   1P 282X0  1Q 281X0   1R 282X0  1S Officer   1T Officer   1U 282X0   1V Officer  1W 282X0  1X 281X0  1Y 282X0  1Z 281X0  1A 175X0  2B 175X0  2C Officer  2D Officer  2E 282X0  2F 281X0  2G 175X0  2H 175X0  2I 175X0  2J 175X0  2K 127X0  2L 127X0  2M 175X0   2N 175X0   2O 175X0  2P 175X0  2Q 175X0  2R 175X0  2S 175X0  2T 175X0  2U Officer  2V Officer  2W Officer  2X Officer  2Y Officer   2Z 175X0  3A 175X0  3B 175X0  3C Officer   3D 175X0  3E 175X0  3F 175X0  3G Officer   3H Officer   3I 282X0   3J 282X0   3K 175X0   3L 175X0   3M 281X0  3N 281X0  3O Officer  3P Officer  3Q Officer  3R 281X0  3S 281X0  3T 175X0  3U 175X0  3V 175X0  3W Officer  3X Officer  3Y Officer  3Z 282X0  4A 282X0  4B 282X0  4C Officer  4D Officer   4E Officer   4F Officer  4G 281X0  4H 281X0  4I 282X0   4J 282X0   4K Officer  4L 281X0  4M Officer  4N Officer  4O Officer  4P 281X0  4Q 281X0   4R 282X0   4S 282X0  4T 282X0  4U Officer  4V Officer  4W Officer  4X 281X0  4Y 281X0  4Z 282X0  5A 175X0  5B 175X0  5C 175X0  5D 127X0  5E 127X0  5F 175X0   5G 175X0  5H 127X0  5I 175X0  5J 175X0  5K 175X0  5L 175X0  5M 175X0  5N 175X0  5O 175X0  PERFORMANCE PLAN (PP) 1.0. GENERAL: 1.1. This PP meets the requirements of AFI 63-124. It is the result of collaboration among the Multi-Functional Team responsible for AFSAT contract oversight (assigned AETC CONS/LGCI Contracting Officer and AFSAT Training Program Manager (TPM)) specific to this contracting effort. Its purpose is to identify the methods and procedures the US Government (USG) will use to insure delivery of the services identified in the performance work statement (PWS). This PP relies on the Contractor's Quality Control Program (QCP) to the maximum extent practicable. The Contractor's quality auditor will perform surveillance of all performance requirements in accordance with the Contractor's Quality Control Plan (QCP), which will encompass all performance requirements of the contract. The government will perform surveillance to the level necessary to insure the Contractor's QCP and methods of surveillance are sufficient to prevent tendering of non-conforming services. Minimum surveillance will consist of review of all student critiques, Periodic Inspection and 100% Inspection; however, the Government retains the rights listed in the services surveillance clause of this contract. Reviews disclosing actual or potential discrepancies will be followed by review of Contractor's metrics of inspection with further government surveillance as necessary. 1.2. The Service Summary (SS) identifies the major service requirements the USG is acquiring and provides a basis for measurement between actual Contractor performance and specific contract requirements. The TPM, in partnership with the Contractor, will verify adequacy of performance for the critical or major requirements using any of the quality assurance methods delineated in Attachment 2. The Government has the right to inspect all tasks, not just Performance Objective (PO) items. PERFORMANCE OBJECTIVE PWS PARAGRAPH PERFORMANCE THRESHOLD Method of Inspection SS PO-1. Contractor shall provide training which meets content and objectives. PWS Section 1.0., Paragraphs 1.2. through 1.3.4. Training meets 100% of the content and objectives. 100% inspection at end of course. TPM validation using Performance Plan Checklist. Surveys of students or on sight inspection as required. SS PO-2. Contractor shall comply with scheduled dates. PWS, Section 1.0., Paragraph 1.2.5., 1.4.1. and Exhibit A. 100% of all eligible students commence and be completed as scheduled, unless student is proven unable to progress in accordance with Section 1.0., Paragraph 1.4.5.2. 100% inspection at start and end of each course. Graduation Completion Documentation. TPM validation using Performance Plan Checklist. SS PO-3. Contractor shall provide materials and equipment. PWS, Section 1.0., paragraph 1.4.4. Equipment is in good working order and class schedules are neither delayed nor negatively impacted 95% of training course/days. Surveys of students or on sight inspection as required. Periodic Inspection (Monthly), TPM validation using Performance Plan Checklist. SS PO-4. Contractor shall provide student administration and documentation. PWS, Section 1.0., Paragraph 1.4.5. through 1.4.5.5. Documentation will be on time and in quantity required 100% of the time. 100% inspection. TPM validation using Performance Plan Checklist. Receipt of required documentation in accordance with the PWS. 1.3. The Surveillance Team consists of the following key players: Contractor's representative(s), AFSAT TPM, and subject matter experts (SMEs), as required. 1.4. Non-Service Summary Items. The Government has the right to inspect all tasks within this PWS not just the Performance Objectives (POs) listed in the Service Summary (table above). All other tasks required under the PWS may be inspected on a random or periodic basis at a frequency determined by the Functional Commander/Functional Director (FC/FD), CO, and/or QAP per the Inspection of Services Clause in the contract. 2.0. RESPONSIBILITIES: 2.1. The ACO has overall responsibility for all aspects of the contract administration function and is the primary focal point for formal government/Contractor interface. The ACO delegates specific surveillance responsibilities and authorities, by formal letter, to the TPM who will act as the CO's quality assurance personnel (QAP). Additionally, the ACO ensures the Master PP is used or coordinates a PP through AETC CONS/LGCI and AETC CONS/Quality Assurance Program Coordinator (QAPC) for PCO approval. The ACO is the only government representative authorized to direct the Contractor. 2.2. The TPM/QAP is the USG's surveillance program focal point and assesses the Contractor's surveillance efforts. The TPM/QAP will review the Contractor's Quality Control Plan (QCP), advice the CO of QCP adequacy, and may revise the government surveillance plan accordingly. The TPM/QAP is also the focal point for changes to the PWS. All proposed changes are processed through the TPM/QAP for technical evaluation of the mission impact. 2.2.1. The ACO will generate a letter of corrective action (commonly known as Corrective Action Requests (CARs)) or other appropriate documentation, review the Contractor's action to correct the discrepancy and prevent its recurrence. 2.2.2. The TPM/QAP will maintain the ACO letters of appointment, PP (with attachments), current contract and PWS, and documentation of surveillance activity (a completed Performance Plan Checklist at Attachment 1). Copies of surveillance documentation will be forwarded to the ACO upon completion of the contract performance, or as otherwise requested by the ACO. 2.2.3. The TPM/QAP will evaluate adequacy of all elements of the Contractor's QCP. 2.2.4. The TPM/QAP will monitor and evaluate Contractor tasks and system compliance with PWS. 2.2.5. The TPM/QAP will initiate request for and evaluate adequacy of Contractor corrective actions. 2.2.6. The TPM/QAP will notify the ACO of any significant performance deficiencies. 2.2.7. The TPM/QAP will recommend improvements to the PP and PWS throughout the life of the contract. 3.0. REQUIREMENTS: 3.1. Contractor's Quality Program. The Contractor's quality program requirements are defined in Section 1.0., paragraph 1.4.8. of the PWS. 3.2. Government Surveillance. The TPM/QAP will assess, document, and report Contractor's compliance in the technical areas. The TPM/QAP may request Contractor's surveillance reports, evaluate the effectiveness of the corrective actions taken, and recommend to the ACO re-performance or equitable adjustment for acceptance of non-conforming services. Should a discrepancy of performance be determined, the ACO will generate a CAR (or other appropriate documentation), to include the contract number, the PWS reference, a description of the discrepancy and an appropriate time frame for the Contractor to respond. The ACO will assure the Contractor's response includes documentation of how the discrepancy was corrected and what steps are taken to prevent the reoccurrence of the discrepancy. As appropriate, the ACO will support the Contractor to reconcile the processes used to deliver contractually accurate performance. 3.2.1. The intent of including the PP in the RFP is to gain confidence in the Contractor's business practices, and performance. The government retains the right to modify the PP and the oversight level to a point that maintains that confidence. Whenever a change or modification to the contract is issued which impacts the plan, the PP must be updated to reflect the change. 3.3. Special Quality Audits. At any time the government feels a performance objective has not been met and the technical expertise of a special auditor may be required, the TPM/QAP may request ACO consideration of a special quality audit. 3.4. Certification of Services. At the end of each contract payment period as defined in the resulting award of this acquisition, the QAP shall certify the services were received in accordance with contract payment terms and conditions. 3.5. The MFT will continue to meet after award as necessary to ensure high levels of contractor performance, foster a synergistic partnership, and support mission requirements. 3.6. INITIAL PERFORMANCE REVIEW (IPR). The initial evaluation of contractor performance shall take place within 30 days after the contractor assumes full performance responsibilities (i.e. after completion of transition/mobilization) to ensure the contractor has successfully started performance, completed transition, is fully operational, and is within the estimated cost, schedule, and performance parameters of the contract. Attachments: 1. Performance Plan Checklist 2. Quality Assurance Methods PP ATTACHMENT 1 PERFORMANCE PLAN CHECKLIST Evaluation Items: 1. Did the Contractor provide training that meets content and objectives of each course IAW PWS Section 1.0., Para. 1.2. through 1.3.4.? Compliance: (yes ) (no ) Method of Determination: Critiques: ( ) Student Test ( ) On Site ( ) Other ( ) (specify in remarks) Remarks: 2. Did Contractor contact the Training Manager if course objectives could not be met, or if student's progress was such that the student should be released from training IAW PWS Section 1.0., Para. 1.4.6.? Compliance: (yes ) (no ) Method of Determination: Critiques: ( ) Student Test ( ) On Site ( ) Other ( ) (specify in remarks) Remarks: 3. Is training to the level necessary to allow the students to perform IAW applicable technical data IAW PWS Section 1.0., Para. 1.3.1.? Compliance: (yes ) (no ) Method of Determination: Critiques: ( ) Student Test ( ) On Site ( ) Other ( ) (specify in remarks) Remarks: 4. Are knowledge objectives measured, documented, and/or demonstrated to the level of skill required by this contract IAW PWS Section 1.0., Para. 1.3.4.? Compliance: (yes ) (no ) Method of Determination: Critiques: ( ) Student Test ( ) On Site ( ) Other ( ) (specify in remarks) Remarks: 5. Did the Contractor comply with scheduled training dates IAW PWS Section 1.0., Para. 1.4.1. and Exhibit A? Compliance: (yes ) (no ) Method of Determination: Critiques: ( ) Student Test ( ) On Site ( ) Other ( ) (specify in remarks) Remarks: 6. Did the Contractor provide training facilities IAW PWS Section 1.0., Para. 1.4.3.? Compliance: (yes ) (no ) Method of Determination: Critiques: ( ) Student Test ( ) On Site ( ) Other ( ) (specify in remarks) Remarks: 7. Are appropriate safety practices observed and enforced IAW PWS Section 1.0., Para. 1.4.3.? Compliance: (yes ) (no ) Method of Determination: Critiques: ( ) Student Test ( ) On Site ( ) Other ( ) (specify in remarks) Remarks: 8. Did the Contractor provide all materials and equipment not specified as GFE IAW PWS Section 1.0., Para. 1.4.4.? Compliance: (yes ) (no ) Method of Determination: Critiques: ( ) Student Test ( ) On Site ( ) Other ( ) (specify in remarks) Remarks: 9. Did Contractor furnish student attendance AETC Form 325 (or Contractor equivalent) IAW PWS Section 1.0., Para. 1.4.5.2.? Compliance: (yes ) (no ) Method of Determination: Critiques: ( ) Student Test ( ) On Site ( ) Other ( ) (specify in remarks) Remarks: 10. Were student evaluations furnished IAW PWS Section 1.0., Para. 1.4.5.3.? Compliance: (yes ) (no ) Method of Determination: Critiques: ( ) Student Test ( ) On Site ( ) Other ( ) (specify in remarks) Remarks: 11. Did Contractor furnish a copy of the Student Training Certificate IAW PWS Section 1.0., Para. 1.4.5.4.? Compliance: (yes ) (no ) Method of Determination: Critiques: ( ) Student Test ( ) On Site ( ) Other ( ) (specify in remarks) Remarks: 12. Did Contractor furnish Course Evaluation Report(s) IAW PWS Section 1.0., Para. 1.4.5.4.? Compliance: (yes ) (no ) Method of Determination: Critiques: ( ) Student Test ( ) On Site ( ) Other ( ) (specify in remarks) Remarks: 13. Did the Contractor maintain student records IAW PWS Section 1.0., Para. 1.4.5.5.? Were the records given to the students at the completion of training? Compliance: (yes ) (no ) Method of Determination: Critiques: ( ) Student Test ( ) On Site ( ) Other ( ) (specify in remarks) Remarks: 14. Was a copy of student training material furnished/delivered to each student IAW PWS Section 1.0., Para. 1.4.7.3.? Compliance: (yes ) (no ) Method of Determination: Critiques: ( ) Student Test ( ) On Site ( ) Other ( ) (specify in remarks) Remarks: 15. Did Contractor provide quality inspection documentation IAW PWS Section 1.0., Para. 1.4.8.2.? Was the inspection system acceptable? Compliance: (yes ) (no ) Method of Determination: Critiques: ( ) Student Test ( ) On Site ( ) Other ( ) (specify in remarks) Remarks: Notes: If item is non-applicable, indicate N/A in Remarks. If an on-site surveillance was performed, attach AETC Form 123. If a SME was consulted to assure technical adequacy of training material or conduct, attach findings to this PP. ___________________________________ _______________________ TPM Signature Date PP ATTACHMENT 2 QUALITY ASSURANCE METHODS OPERATIONAL ASSESSMENT: Risk-based assessment of major tests, critical operations, etc., and assessment of Contractor work processes/procedure compliance normally driven by developing trends. MANAGEMENT SYSTEMS ASSESSMENTS: System audits performed by a team of qualified Quality Assurance (QA) auditors to ensure existence of a documented quality assurance management system capable of delivering acceptable goods and services, and mitigating risks to customers. PROCESS EVALUATIONS: Assigned Training Program Manager (TPM), working with Contractor personnel, determines if processes meet specifications and promote continuous improvement. Contractor metrics are validated. PAST PERFORMANCE HISTORY: Objective, historical documentation of Contractor performance to assist in the analysis of their past and present performance. CUSTOMER COMPLAINT RESOLUTION: Actions taken in support of a specific Contractor or government concern or problem that impacts operations. Usually results in Government-to-Contractor or Contractor-to-Contractor process deficiency resolution (feedback). NOTE: Customer complaints, once validated, are a means of surveillance and are alternative to formal surveillance methods. CUSTOMER FEEDBACK (Student Critiques): Student evaluations of training assist in the analysis of Contractor's performance under contract. If critiques are unfavorable, the areas in question may require further evaluation using any of the QA methods herein. TPM VALIDATION: Reviews, or other actions taken by the TPM, including the use of the Performance Plan (PP) Checklist, to insure receipt and compliance. 100% INSPECTION: The QAP/TPM will inspect and evaluate the contractor's performance each and every instance they are performed. The QAP will determine acceptability and compliance with the performance threshold by monitoring and tracking each deliverable service/document. Technical documents and other deliverable documents will be reviewed for technical accuracy and compliance with technical directives. The results of this inspection may be used as the basis for actions toward the contractor. PERIODIC INSPECTION: These services are inspected using periodic or recurring basis. Periodic surveillance may be daily, weekly, monthly, quarterly, etc. The results of periodic surveillance inspection may be used as the basis for actions (other than payment deductions) towards the service provider. In such cases, the Inspection of Services clause becomes the basis for the Contracting Officer's actions. DESCRIPTION OF COURSES CLIN # COURSES Quantity of Students per Class Quantity per Unit of Issue Unit of Issue Price per Class FIRST YEAR 0001 Cisco Networks 12 students 1 Each 0002 Microsoft Visual Studio Team System (VSTS) 8 students 1 Each 0003 MS SQL2005 Server Database Administrator Training Program 8 students 1 Each 0004 A+ Certification 8 students 1 Each 0005 Network+ Certification 8 students 1 Each 0006 Oracle Certified Professional (OCP) (DBA +Developer) 6 students 1 Each 0007 Microsoft Share Point Server (MSPS) 8 students 1 Each 0008 Microsoft Solutions Framework (MSF) 8 students 1 Each 0009 Microsoft Certified Systems Engineer (MCSE) Certification 8 students 1 Each 0010 Microsoft Certified Solution Developer (MCSD) Certification 8 students 1 Each 0011 Network Security and Management 6 students 1 Each SECOND YEAR 1001 Cisco Networks 12 students 1 Each 1002 Microsoft Visual Studio Team System (VSTS) 8 students 1 Each 1003 MS SQL2005 Server Database Administrator Training Program 8 students 1 Each 1004 A+ Certification 8 students 1 Each 1005 Network+ Certification 8 students 1 Each 1006 Oracle Certified Professional (OCP) (DBA +Developer) 6 students 1 Each 1007 Microsoft Share Point Server (MSPS) 8 students 1 Each 1008 Microsoft Solutions Framework (MSF) 8 students 1 Each 1009 Microsoft Certified Systems Engineer (MCSE) Certification 8 students 1 Each 1010 Microsoft Certified Solution Developer (MCSD) Certification 8 students 1 Each 1011 Network Security and Management 6 students 1 Each
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/F3PH310301A001/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02378417-W 20110213/110211234248-8725e76ea408fe6da5857b7dd9a290ef (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.