Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2005 FBO #1494
SOLICITATION NOTICE

U -- Office Automation and Training Clerk

Notice Date
11/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
923110 — Administration of Education Programs
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 65 CONS - Lajes Field, Azores, 65 CONS/LGC, Lajes Field, Azores APO, AE, 09720
 
ZIP Code
09720
 
Solicitation Number
F2N37E5287A100
 
Response Due
12/10/2005
 
Point of Contact
David Roux, Contracting Officer, Phone 011-351-295-576855, Fax 011-351-295-573758, - Matthew Bawden, Contract Specialist, Phone 011-351-295-573104, Fax 011-351-295-573210,
 
E-Mail Address
david.roux@lajes.af.mil, matthew.bawden@lajes.af.mil
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The reference number is F2N37E5287A100 and this solicitation is issued as request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. This acquisition is restricted to US Citizens and local nationals located in Portugal and its territories. The associated NAICS code is 923110. CLIN 0001 1 EACH OFFICE AUTOMATION AND TRAINING CLERK Statement of Work SERVICES NON-PERSONAL: To provide all labor and transportation necessary to provide Non-Instructional Distance Learning Services and Training Clerk Assistance services to military, DOD Personal, and the Lajes Community requiring Educational Assistance. UNIT: A unit shall consist of a period of time from 0800-1700 (8AM-5PM) with 1 hour for lunch, 5 days a week, with no work on American holidays. The services performed will be in accordance with specific items in the statement of work. MINIMUM QUALIFICATIONS: Must be able to type a minimum of 45 words per minute. Must have knowledge of computer word processing programs and procedures including the successful completion of operations of Windows 2000 computer programs. Must have working knowledge computer using Windows NT, Microsoft word, power point, and Access is required at least a 2 year college degree is desired, but not required. Contractor shall submit a resume of qualifications with quote. The Education Services Officer, Base Training and Education Manager, and Contracting Officer will conduct an interview prior to determination of best-qualified individual. LEAVE: Unpaid leave up to 15 work days per contract year is permitted; however, before such leave is taken the contractor must have the approval of the Contracting Officer and also provide a substitute employee who fulfills all of the criteria set forth in the qualifications section of this section of this statement. Failure to comply with the preceding tow conditions is grounds for the denial of leave. SPECIFIC TASKS: A. Provide a full range of technical assistance to Base Training Education Services (BTES) Manger. B. Assist in preparing monthly training reports. C. Makes necessary referrals in order to fulfill customer needs. D. Provides information on distance learning. E. Maintains an automated monthly log to include the date, grade, last name, first name, duty phone and services required for each AF Form 968 mailed to CCAF. An updated copy of this log is provided to the ESO and Guidance Counselor on a weekly basis. F. Provides information on the DANTES testing programs and maintains an automated inventory of CLEP and DANTES study materials that are available. G. Assists students in the Education Flight’s Computer Lab for distance learning, Internet research, and E-mail. H. In support of students, accomplishes trouble-shooting of malfunctioning computer programs and word processing equipment and takes action to correct. SURVEILLANCE: The Education Services Officer and Base Training and Education Manager may observe the contractor or sub-contractors at any time to ensure compliance of services are in accordance with the statement of work. GOVERNMENT FURNISHED MATERIALS; 1. Office space within the Base Education Office, telephone, and keys to facility for access to the building/office. 2. General office supplies necessary to accomplish daily work. 3. Access to fax machine and computer with email and Internet service and in compliance with all SATE regulations. OTHER: 1. A monthly invoice needs to be submitted electronically in accordance with Wide Area Work Flow (WAWF). 2. Contractor shall attend U.S. Government training classes in Operations Security (OPSEC) and Communications Security (COMSEC), and shall pass an end of course test to verify understanding. This training will be conducted after award of contract and shall be of no cost to the contractor. 3. Contractor shall wear appropriate business casual attire Monday – Thursday and dress down day in Friday. 4. Contractor shall adhere to lock-up procedures for building security and during increased force protection conditions (FPCON) security procedures must be followed. Period of Performance- 1 Jan 06 – 30 Sep 06 with 1 Option period 1 Oct 06 - 30 Sep 07 PLEASE USE THE FOLLOWING TO SUBMIT YOUR PROPOSAL CLIN 0001- TOTAL HOURS REQUIRED FOR BASE YEAR- 1472 PER HOUR PROPOSAL- (FILL IN YOUR HOURLY PROPOSAL) TOTAL HOURS FOR OPTION YEAR- NO LESS THAN 1472 UP TO 1800 HOURS TOTAL PER HOUR PROPOSAL FOR OPTION YEAR- (FILL IN YOUR HOURLY PROPOSAL) FUNDS FOR THIS REQUIREMENT ARE NOT CURRENTLY AVAILABLE AND MAY NOT BECOME AVAILABLE. ALL COSTS INCURRED AS A RESULT OF PROVIDING A QUOTATION / PROPOSAL ARE AT THE CONTRACTOR'S OWN EXPENSE. IF YOU CHOOSE TO PROVIDE A QUOTATION / PROPOSAL, PLEASE GUARANTEE PRICING UNTIL MIDNIGHT AS OF DECEMBER 30, 2005 (LOCAL TIME). The following provisions and clauses apply to this acquisition and the full text of these clauses and provisions may be viewed at the following web site: http://farsite@hill.af.mil The provision at 52.212-1, Instructions to Offerors - Commercial items, applies to this acquisition. Offerors shall provide a firm fixed-price offer. The Government will award a contract resulting from this solicitation to the responsible offer whose offer conforming to the solicitation will be most advantageous to the Government. Successful contractor must meet all the responsibility requirements of Subpart 9.1 of the Federal Acquisition Regulation (FAR). A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. The following clauses also apply to this acquisition; 52.212-4 Contract Terms and Conditions—Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.204-7004 Required Central Contractor Registration; 52.232-33 Payment by Electronic Funds Transfer (CCR) 5352.225-9100 Submission of Offers in other than United States Currency, 52.232-18 Availability of Funds. All proposals shall be clearly marked with the offerors name and the above referenced number. 5352.225-9100 Submissions of Offers in other than United States Currency. As prescribed in USAFE 5325.11110, insert the following provision in solicitations: SUBMISSION OF OFFERS IN OTHER THAN UNITED STATES CURRENCY (USAFE) (APR 2002) (a) Offers may be submitted in United States dollars or currency common to the contractor's location. Offers made in any other currency shall be considered nonconforming and non-responsive. (b) All offers shall be evaluated for determination of contract award by converting all foreign currencies to equivalent United States dollars by using the official United States Government Finance and Accounting Office dispersing rate in effect on the date set for receipt of initial offers. (c) When a "Final Proposal Revision" is requested and received, in accordance with the applicable solicitation's terms and conditions, offers shall be evaluated by converting all foreign currencies to equivalent United States dollars by using the official United States Government Finance and Accounting Office disbursing rate in effect on the date set for receipt of initial offers. (End of Provision) Addendum 52.212-1 – Instructions to Offerors The offeror will need to submit the following items with their quote: 1) Complete bid schedule, and any/all amendments 2) Resume to demonstrate qualifications and experience in accordance with the Statement of Work. Addendum – Evaluation Factors 1. Quotes will be evaluated in accordance with FAR 13.106-1, which will be based on price and qualifications. A comparative evaluation between offers will be conducted. 2. The basis for award will be an assessment based on tradeoff between price, experience, and qualifications that meet or exceed the requirements of the statement of work. The Government will award the contract to the offeror who represents the “Best Value” in terms of qualifications and price. PRICE The proposed price will be evaluated to determine if it is reasonable and complete. It will also be evaluated to determine the offerors understanding of the contract requirements as expressed by the solicitation. Unreasonably low or high prices may be rejected. The Government reserves the right to award to other than the lowest priced offeror. QUALIFICATIONS Qualifications for the purpose of this solicitation shall be evaluated to determine the acceptability of each offer. Acceptability of qualifications will be based on but not limited to the submission of a resume that demonstrates the offer meets or exceeds the requirements as stated in the Statement of Work. Each offeror shall be evaluated based on but not limited to the information provided with their quote. The government reserves the right to obtain information from any source available. BEST VALUE If the offeror providing the lowest price is considered most qualified that offeror can be determined the “Best Value”. However, if there are offerors having a higher price and are considered more qualified the contracting officer will a make a subjective decision as to whether or not it is worth paying a higher price. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-NOV-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-DEC-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/USAFE/65CONS/F2N37E5287A100/listing.html)
 
Place of Performance
Address: LAJES AIR BASE WING, TERCERIA, AZORES
Zip Code: 09720
Country: PORTUGAL
 
Record
SN00958867-F 20051229/051227212136 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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