Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 8, 2000 PSA #2723
SOLICITATIONS

U -- AUTOMATION TRAINING

Notice Date
November 6, 2000
Contracting Office
USPFO for Missouri, Purchasing and Contracting, 7101 Military Circle, Jefferson City, MO 65101-1200
ZIP Code
65101-1200
Solicitation Number
DAHA23-01-R-0001
Response Due
November 21, 2000
Point of Contact
Kerrey Renkemeyer (573)638-9550
E-Mail Address
kerrey.renkemeyer@mo.ngb.army.mil (kerrey.renkemeyer@mo.ngb.army.mil)
Description
This is a presolicitation notice for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. MULTIPLE AWARDS WILL BE MADE: Contractors may bid on 1 or more or all of the individual courses. Evaluation criteria for award of the basic contract in descending order of importance are:(1) Price, (2) Certifications, and (3) Number of courses required compared to college credits awarded Accreditations (college credit hours). This is being solicited as a small business set-aside using SIC code 7379. Businesses are considered small if the last year's annual gross receipts do not exceed $18 million. The period of performance is projected to be a one year period with 4 one year options. Send e-mail response to kerrey.renkemeyer@mo.ngb.army.mil and reference the presolicitation number in the subject line. Questions on this presolicitation must be submitted no later than November 17, 2000 close of business. This is an Indefinite Delivery-Indefinite Quantity (IDIQ), contract utilizing Firm-Fixed Price Task Orders and Cost Reimbursable Travel in accordance with FAR 6.500. Total contract dollars placed against all Task Orders issued under the period of performance shall not exceed $900,000.00 per year. The guaranteed minimum is $1,200.00. The contractor, acting as an independent contractor, and not as an agent of the Government, shall furnish all personnel, management, instruction manuals, class roster/certificates, provide transcript / grade card of college credit awarded and critique sheets to provide various automation courses. Contractor to provide automation training to government employees at various government specified locations within the United States. The resident instruction will be conducted within the state of Missouri, with the majority of instruction conducted at the Ike Skelton Training Site. Distance Learning (DL) instruction and self-study instruction will not be restricted to the state of Missouri. All courses will award college credit either graduate and or undergraduate as appropriate for successful completion of prescribed coursework. The completion of multiple courses may be required to meet the requirements for college credit. These combinations must be identified. This will be in addition to certification required in the solicitation. The contractor must be accredited by the Commission on Institutions of Higher Education of the North Central Association of Colleges and Universities or equivalent accrediting association. The courses of instruction may be resident, and or presented by Distance Learning (DL) in a synchronous format. Courses may require a self-study, asynchronous addendum to meet requirements for the award of college credit. Courses requiring a hands-on component may require additional cost for DL application. The government will provide the hardware and classroom(s) for all instruction performed at government owned locations. The contractor agrees to provide training of the latest technological applications available of the various courses. The government agrees to negotiate fiscal compensation for a portion of costs related to technology updates/conversions if the contractor would not have made these updates/conversions without this contract. The contractor shall use government lodging provided when possible. Contractor shall be capable of providing qualified and certified instruction for all courses that do not have substantial prerequisites, with a fifteen(15)day notification of class start time. For Cisco and Oracle courses, contractor will be given a 30 day notification of class start date. Class size for resident instruction will be a minimum of 6 students and maximum of 16 students. This maximum number may be increased by students taking instruction in the Distance learning format. Contractor is guaranteed billing for the minimum of 6 students per class regardless of actual class size. Contractor to bill for actual number of students in attendance at class (registered at start day of class), not to exceed 16, except for Distance Learning students unless cost to government is less for the planned class size, then the planned class size will be billed. The contractor will conduct the individual courses for the number of days required by their accreditation. A day equates to 8 hours of instruction. The government may require the instruction to occur on consecutive days within a 1 week period or may require the instruction to occur in small hourly increments (no less than 2 hours) over a period of several weeks. Training on weekends may be required. (Weekends would mean 2 to 8 hours of class conducted between 0800AM and 1000PM, Saturdays; Sundays 0800AM to 0500PM. This will be negotiated on a case by case basis. Possible classes during drill periods for selected students) Contractor will instruct the following courses: 0001-Outlook 97 (3 days), 0002- Introduction to Microsoft Office 97, Office 2000 (5 days), 0003- Intermediate Microsoft Office 97, Office 2000 (5 days), 0004- Advanced Microsoft Office 97, Office 2000 (5 days), 0005 Microsoft Networking Essentials (578) (3 days), 0006- Administering Windows NT 4.0 (803) (3 days), 0007- Supporting MS Windows NT 4.0 Core Technologies (922) (5 days), 0008- Supporting MS NT Server 4.0 Enterprise Technologies (689) (5 days), 0009- Internetworking MS TCP/IP on Windows NT 4.0 (688) (5 days), 0010- Implementing a Database on MS SQL Server7.0 (833) (5days), 0011- Creating and Managing a Web Server using MS Internet Information Server 4.0 (936) (3days), 0012- Advanced Cisco Router Configuration (5 days), 0013- Visual Basic 6.0 Development (1013), 0014- Visual Inter Dev 6.0 (1017) (5 days), 0015- Access 97 Power User (5 days), 0016- Access Visual Basic 97 (5 days), 0017- Mastering Microsoft Access 2000 Program (1300) (3 days), 0018- Building Client Server App with Access 2000 (1379) (3 days), 0019-Interconnecting Cisco Networking Devices (5 days), 0020- Mastering Visual Basic 6 Fundamentals (1303) (5 days), 0021- Administering MS Systems Management Server 2.0 (827) (3 days), 0022- Illustrator 8.0 (2 days), 0023- Deploying and Supporting Systems Management Server 2.0 (828) (5 days), 0024- Quark X Press 4.0 (2 days), 0025- Photo Shop 5.5 (2 days), 0026- HTML I (2 days), 0027- HTML II (2 days), 0028- Pagemaker 6.5 (2 days), 0029- Excel 97 Power User (5 days). Similar courses may be incorporated if necessary. Course descriptions are available on www.microsoft.com, www.cisco.com, and www.oracle.com. The contractor is responsible for the set up of the classrooms assume ghosting (disk images) may occur at all sites. The government will provide on site maintenance to government owned equipment. The classes will not be cancelled due to inclement weather. The actual number of students will not be known until the first day of class. The government will provide storage place for materials only when training at Ike Skelton Training Sites, Jefferson City, MO. Instructors are not responsible for making sure that the attendees meet the course prerequisites. The government may cancel a course not less than seven days prior to the start of course- the contractor may be entitled to an equitable adjustment if there are costs associated with the cancellation. Equitable adjustment for this action is that the contractor will be paid the cost of the course that was to be taught and airfare costs, if applicable. (Cost of the course is equal to the charges for conducting the specific course cancelled with the minimum number of students.) If the contractor fails to provide qualified instructors or show up for the scheduled course, the government will make an equitable adjustment to the contract. Equitable adjustment for this action is that the contractor will not be paid for teaching the course. The contractor will be required to reimburse the government for any costs incurred, and the government will reduce the total delivery order/contract by the cost for the minimum number of students of the course the instructor was to teach. The instructor is allowed to bring their computer to connect to network. Successful connection is not guaranteed by the government. The contractor will be provided access to the classroom prior to instruction in coordination with the Contracting Officer Representative (COR). The MS office 97 (or latest version) curriculum must be Microsoft certified. The vendor will provide lab equipment for Cisco router training. The vendor will provide 4500 series, ms3810, and 3600 series routers (or latest series available) for the Cisco router training indicated. All costs associated with providing this equipment will be paid for by the contractor. Contractor will arrange for Students of Cisco and Oracle classes to take the certification tests. Cost for these tests will be paid by the contractor. Contractor will be paid one half of the student price for each student who does not pass the certification test. The Government intends to evaluate proposals and award a contract without discussions with offerors. The Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Should discussions be deemed necessary due to proposal weakness, deficiency, or other issues, which must be addressed before award, they will be conducted either orally or in writing, with only those offerors determined to be in the competitive range. The offeror will then be given the opportunity to correct those deficiencies, weaknesses, or address other issues, and resubmit their offer. All offerors shall submit one copy of the following information: (1) Technical proposal addressing ability to provide qualified instruction on all classes and statement that offeror will provide certified instruction for all courses, experience instructing the specific classes, confirmation that all classes are resident courses, and contain DL capability and specify any additional self study requirements, ability to provide instructors at the government site, willingness to accept government provided lodging, and ability to execute instruction given a 15 day lead time or 30 day lead time for Oracle and Cisco (i.e. execute class in 15 days from date of award). Limit technical proposal to 8 pages. Additional pages will not be considered. (2) Cost proposal-include a firm-fixed price-PER STUDENT for all courses (based on a minimum guaranteed class size of 6 students and maximum of 16 students (sliding scale pricing is preferred). Also include, as a separate proposal, travel costs for each course. Travel and per diem cost reimbursement is limited to those amounts established by the Joint Federal Travel Regulation. (3) Past Performance proposal- submit 3 references of similar work to include description of work, point(s) of contact, and telephone number. Include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications-Commercial Item. FAR Clause 52.212-4 Contract Terms and Conditions applies to this acquisition. FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- -Commercial Items applies to this acquisition. FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation applies to this acquisition. DFARS 252.212.7001 Contract Terms and Conditions to implement Statutes or Executive orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7001 & 252.225-7036 apply to this acquisition. The following contract clauses apply to this acquisition: FAR 52.202-1, FAR 52.203-6, FAR 52.203-7, FAR 52.204-4, FAR 52.216-18, FAR 52.216-24, FAR 52.216-25, FAR 52.217-9, FAR 52.222-41, FAR 52.223-13, and FAR 52.223-14. Department of Labor Wage Determinations NO. 94-2309 Rev 16, 94-2205 Rev 13, and 94-2504 Rev 10 apply to this solicitation. This solicitation is a small business set-aside. Proposals are due on 28 November 2000 at 1200 hours. Mail, fax, or electronic proposals (Electronic proposal must include signed cover letter endorsing the proposal that is provided) will be acceptable. Mail proposals to USPFO for Missouri, Purchasing and Contracting (ATTN: Kerrey Renkemeyer), 7101 Military Circle, Jefferson City, MO 65101-1200/ Fax number is (573)638-9576 or 9992. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 204.7302, prospective companies and agencies must be registered in Contractor Central Registration (CCR) prior to the award of a contract. Companies may register by using the following internet website: http://ccr.edi.disa.mil/
Record
Loren Data Corp. 20001108/USOL002.HTM (W-311 SN5060M9)

U - Education and Training Services Index  |  Issue Index |
Created on November 6, 2000 by Loren Data Corp. -- info@ld.com