Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2004 FBO #0829
SOLICITATION NOTICE

U -- IT Training Services

Notice Date
3/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
611420 — Computer Training
 
Contracting Office
Railroad Retirement Board, Bureau of Supply and Service, Purchasing Division, 844 North Rush Street, 9th Floor NE, Chicago, IL, 60611-2092
 
ZIP Code
60611-2092
 
Solicitation Number
RRB04Q003
 
Response Due
3/17/2004
 
Archive Date
4/1/2004
 
Point of Contact
Victoria English, Contract Specialist, Phone (312) 751-4538, Fax (312) 751-4923, - Paul Ahern, Contract Administrator, Phone (312) 751-7130, Fax 312) 751-4923,
 
E-Mail Address
englisvi@rrb.gov, ahernpat@rrb.gov
 
Description
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotations (RFQ) RRB04Q003. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular number 2001-20. This solicitation is not a small business set-aside. I. The U.S. Railroad Retirement Board (RRB), an independent Federal Government agency, with its headquarters in Chicago, Illinois, intends to procure Information Technology training as specified in Section III. below with delivery/task orders against an Indefinite-Quantity, Federal Government Wide Acquisition Contract (GWAC) or General Services Administration (GSA) Multiple Award Schedule (MAS) or on an open market basis. Any supplies or services to be furnished under this contact shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the date of award through September 30, 2004 or in any subsequent exercised option periods. II. Price Schedule. The following Price Schedule shall be based upon a minimum of 83 class days in the initial term (the contract effective date through September 30, 2004). No minimum is guaranteed for the optional terms (October 1, 2004 through September 30, 2005 and October 1, 2005 through September 30, 2006). The options may be exercised solely at the discretion of the RRB. The RRB may exceed the 83 class day guaranteed minimum for the initial term. The offeror shall offer a firm fixed price for each training class day for each contract term or period. The offeror shall structure its price proposal as such: 1. 1) 83 training class days @ $_____/class day, 2) 84-150 class days @ $____/class day, 3) 151-250 class days @ $____/class day, 4) 251+ class days @ $____/class day. Offerors shall quote a flat rate per class day per student, for all included courses. Open enrollment (individual students select course dates and times) shall be the method of registration. Each offeror who believes that acquisitions in different quantities would be more advantageous is invited to recommend an economic purchase quantity. If different quantities are recommended, a total and unit price shall be quoted for applicable quantity range. An economic purchase quantity is that quantity at which a significant price break occurs. If there are significant price breaks at different quantity points, this information is desired as well. Options: (To be determined at a later date). 2. First Renewal Option Term: October 1, 2004 thru September 30, 2005. 003. Second Renewal Option Term: October 1, 2005 thru September 30, 2006. A. Price Schedule Offer Valid - The Offeror certifies that the price offered in Section II for services as described in Section III, under the anticipated contract, shall be valid for:________ calendar days from the date of offer (through September 30, 2004 unless filled in). B. Economic Purchase Quantity Schedule Fill in quantities and ranges for price breaks per, "Economic Purchase Quantity." All prices offered must be inclusive of all cost and fees - if fees must be separate then show price schedule on separate sheet. Economic Purchase Quantity - Services - Offerors are invited to state an opinion on whether the quantity(ies) of services on which bids, proposals or quotes are requested in this solicitation is (are) economically advantageous to the Government. C. Contractor/Contract Information The vendor/offeror must also provide the contract number, if a GSA/GWAC contract, the terms and conditions and ordering procedures of that contract with the offer. The offeror must also provide a Federal Tax Identification Number (TIN) and a Dun and Bradstreet (DUNS) number. Contractor must be registered in the Federal Government Central Contractor Registration (www.ccr.gov) III.DESCRIPTION OF SERVICES/REQUIREMENTS A. The RRB shall procure Microsoft Official Curriculum training and possibly Cisco certified Web application training for its IT employees for an initial term with two one-year options. Section III.D.1 contains a list of some standard course titles required by the RRB. Additional courses may be requested per Section III.D.1. B. Contractor Experience and Qualifications. The training organization contractor must have: 1. Five years of Information Technology training experience 2. Three years of experience with teaching * MS (Microsoft) certified courses * JavaScript, HTML, and CISCO certified courses C. Facilities 1.All training shall be offered at the contractor's site. The RRB’s technical staff may conduct a site visit as part of its evaluation for this solicitation. 2. All training shall be conducted in a classroom setting. 3. Contractor shall provide each student with an adequate PC for use in class exercises and labs. All training materials must be available, upon request, in alternate accessible media formats such as Braille, audio tape, with captions, etc. All classroom equipment for use by students shall be compliant with Section 508 of the Rehabilitation Act as amended in 1998. See the web site www.section508.gov. 4. Training classes shall be conducted in the Chicago loop/downtown area. The facility must be located within the borders of Congress Street on the south, Halsted Street on the west, Division Street on the north and Lake Michigan on the east. 5. Training organizations shall be official Microsoft Certified Technical Education Centers and Cisco System approved training centers. Offerors shall use official curriculum for all Microsoft courses. 6. The training site must be comfortable and conducive to training. 7. The training facilities shall comply with the Americans with Disabilities Act to be accessible to students with disabilities. D. Curriculum 1. Standard course titles required by the RRB - Developing ASP.NET Web Applications Using MS VS.NET, 4 attendees, anticipated duration 5 days; Securing and Deploying Microsoft.NET Assemblies, 3 attendees, anticipated duration 3 days; Developing XML Web Services Using Microsoft ASP.NET, 1 attendee, anticipated duration 3 days; Analyzing Requirements & Defining MS.NET Solution Architecture, 1 attendee , anticipated duration 5 days; Programming with Microsoft VB.NET, 1 attendee, anticipated duration 5 days; Administering Microsoft.NET Server, 2 attendees, anticipated duration 3 days; MCSE Security Training and Certification, 1 attendee, anticipated duration 10 days; MS Certified Desktop Support Technician (MCDST), 2 attendees, anticipated duration 5 days; Implementing Microsoft Windows 2000 Professional Server, 3 attendees, anticipated duration 5 days. Additional courses may be requested. Possible Future Courses: Building Web Documents with HTML; JavaScript Fundamentals; Advanced JavaScript; Cisco Secure PIX Firewalls; Building Cisco Multilayer Switched Networks; Cisco LAN Switch Configuration. 2. The Microsoft courses must be the official curriculum courses and must be taught by trainers who have Microsoft training certification in the subject areas taught. 3. HTML, CISCO, JavaScript, and other courses later required must be taught by qualified, fully trained, competent instructors with the necessary certifications and authorizations to teach the course. 4. Classes shall be conducted as scheduled. No more than 10% of scheduled classes shall be cancelled. All cancelled classes shall be rescheduled to be taught within 90 days of the cancellation. 5.Offerors are invited to provided the following services, at no additional cost, which will be considered as value added items: a. Students should be permitted one retake of any training course either because of achievement failure or for refresher reasons within the six months following the initial course. b. Students shall have access to training instructors via telephone or email for up to 6 months following training. Trainers shall respond within 1 week of the call or email. Offerors are invited to provide the aforementioned services/items in their respective proposals. E. Instructors 1. Each instructor shall be fully certified and qualified to teach their course(s). a. Microsoft courses - the instructor shall be Microsoft certified for teaching. b. CISCO system courses - the instructors must use be CISCO systems certified for teaching. c. JavaScript, HTML – instructors shall use industry standardized skill-sets and incorporate them into a classroom curriculum. Include a detailed listing of the curriculum to be taught and the targeted skill sets to be used for JavaScript and HTML classes, based on the list above, in the proposal. 2. All instructors shall have at least 3 years of teaching experience with the subject matter. IV.CONTENTS OF PROPOSAL SUBMISSION AND EVALUATIONS. A. Each proposal shall include: 1. Detailed narrative outlining the contractor's ability to fulfill and provide the requirements. This section shall also include resumes of the proposed instructors for the various types of classes anticipated, Microsoft certified, Cisco certified, HTML, and JavaScript. 2. Specific descriptive literature outlining class content and structure, including a copy of the curriculum, a listing of the skill sets for each course and sample syllabus. 3. Past Performance contact information for similar training engagements with other organizations involving the same types of courses (including at least three references with phone numbers, addresses and points of contact for each referenced organization). 4. Description, location and contact information of training facility. 5. Price Schedule per Section II, for the 83-class day guaranteed minimum and the additional class days (84 to 251+). 6. Signed and completed Offerors Representations and Certifications – Commercial Items (FAR 52.212-3). 7. Other information the Contractor determines appropriate and relevant to the evaluation team. B. Evaluation of the offers shall include all of the items above and other information available to the Contracting Officer. C. The award shall be based upon the offer that provides the best value to the Railroad Retirement Board, price and other factors considered. D. The Technical factors – will be weighted against price by a factor of 2:1. There will be 200 possible technical points. Proposals will be evaluated using the following technical factors in order of importance: 1. Detailed information outlining the offeror’s ability to fulfill and provide the requirements as demonstrated by the corporate capabilities as well as the experience and qualifications, as shown in the resumes, of the instructors proposed for the various types of classes. Specific years of experience, qualifications (such as instructor and technical training), and relevant academic degrees, will be evaluated. See Section IV.A.1. Resumes will be evaluated. This will be worth 80 possible points, 40% of the total. 2. Course content. See Section III.D.1., specific descriptive literature outlining class content and structure, including a copy of the curriculum, a listing of the skill sets for each course, and a sample syllabus will be evaluated. This will be especially important for the JavaScript and HTML courses without vendor standardizations and certifications. This will be worth 70 possible points, 35% of the total. 3. Past Performance - Past Performance information for similar training engagements with other organizations involving the same types of courses will be evaluated. This will be worth 50 possible points, 25% of the total. 4. Offerors may specify compliance with one or both of the two value added items (extended access to instructors and/or course retake privileges). See Section III.D.5. Five bonus points for full compliance with each value added item shall be awarded. F. The offeror certifies that the offered price in Section II. Shall be valid for 60 days and, if accepted, shall be valid for a total of two years after the date of contact acceptances. V. CONTRACT CLAUSES. The following clauses are incorporated by reference: Indefinite Quantity FAR 52.216-22 (OCT 1995); Availability of Funds for the Next Fiscal Year (APR 1984). Contractor Representations and Certifications FAR provision 52.212-3 must be completed and submitted with the offer. FAR clauses 52.212-4, Contract Terms and Conditions – Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders – commercial items apply to this solicitation. In accordance with FAR 52.212-5, the following clauses are hereby incorporated by reference in paragraph (b): 52.203-10 Price or Fee Adjustment for Illegal Improper Activity; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). VI. RESPONSE TIME IS FIFTEEN (15) CALENDAR DAYS AFTER DATE OF THIS PUBLICATION FOR SUBMISSION OF PROPOSALS. Offerors shall mark the outside of the envelope “RFQ RRB04Q003 enclosed” and with the offeror’s name and address. Address package to: U.S. Railroad Retirement Board, Acquisition Management, 844 North Rush Street, Chicago, IL 60611-2092. The RRB will not accept proposals submitted by facsimile or e-mail. No telephone calls will be accepted. Any further questions regarding this RFQ must be in writing on company letterhead and sent or faxed to Victoria English of the RRB Acquisition Management Division at 312/751-4923. The RRB will not send an acknowledgement of receipt of any firm’s submission.*****
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/RRB/BSS/PD/RRB04Q003/listing.html)
 
Place of Performance
Address: U.S. Railroad Retirement Boad Acquisition Management 844 N. Rush Street Chicago, IL 60611-2092
 
Record
SN00535384-F 20040304/040302225755 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.