SOLICITATION NOTICE
R -- Certification of Prevention Specialists
- Notice Date
- 1/18/2007
- Notice Type
- Solicitation Notice
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of the Air Force, Air Combat Command, ACC CONS, 11817 Canon Blvd, Newport News, VA, 23606-4516, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA4890-07-T-0005
- Response Due
- 1/26/2007
- Archive Date
- 2/10/2007
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-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. The solicitation number is FA4890-07-T-0005 and this solication is issued as a Request for Proposal. The solicitated document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC 2005-16) are icnorporated. The associated North American Industrial Classification System (NAICS) for this requirement is 611430. This requirement isfull and open competition. Headquarters Air Combat Command Certification of Prevention Specialists STATEMENT OF WORK (SOW) 1 INTRODUCTION 1.1 Organization. Office of the Command Surgeon, Headquarters Air Combat Command (HQ ACC/SGO). 1.2 Background and Objective. The Contractor shall provide technical assistance with the organizational elements identified in paragraph 1.1. The ACC/SCO Division requires the listed requirements to support the on-going efforts of outreach and prevention. ACC/SCO provides dedicated specialist and expertise that enable ACC installations to best use, science-based prevention information to improve their mission processes command-wide. They provide expertise on prevention, intervention, and outreach to various aspects of the ACC communities. This SOW specifically provides expertise in the areas of prevention and outreach to promote healthy lifestyles for our communities and mission readiness to each of our installations. 1.3 ADP Environment. 1.3.1 Hardware. Work is accomplished in a standard classroom environment with facility space and office automation support provided by the government. 1.3.2 Software. The current office automation suite includes Microsoft 2000 and Office XP with a Microsoft Windows 2000/XP operating system. Applications include PowerPoint, Excel, and Word. Office automation and staff administrative familiarization training is government provided. 1.3.3 Teleprocessing. Personal computers, telephones (to include long distance charges relative to officially assigned duties), network connectivity, and access to fax machines and copiers is government provided. 2 TECHNICAL REQUIREMENTS. 2.1 Tasks. 2.1.1 Task 1 ACC Prevention Specialists Integration and Fielding. The contractor shall provide technical expertise and assistance with the program management, integration, and fielding of certified prevention specialists within ACC. The Contractor shall provide support for program initiatives and ACC objectives, recommend timely and accurate solutions, and interface with government counterparts as part of an integrated team. The Contractor shall coordinate requirements, issues, and positions across the ACC prevention staff, drafting program documentation, and actively tracking the status of the prevention specialists development and implementation efforts. The contractor shall also assist in the preparation of briefing presentations, background and position papers, and provide technical assistance to field personnel. The Contractor shall attend working groups and conferences to document trainings, suggest recommendations, and interject ACC concerns where applicable. The Contractor shall deliver to the QAE trip reports, meeting minutes, and other task deliverables as documented by table 2-1 below. 2.1.2 Task 2 ACC Prevention Specialists Implementation Status Tracking. The ACC Prevention Program consists of the migration and integration of each installation sharing common operational environment of data and resource sharing. It is imperative the government stay abreast of the latest status and direction each individual program office is undertaking to reach the ACC Prevention Program migration goals. The Contractor shall maintain prevention program implementation status tracking information to include program direction, outstanding issues and concerns, fielding schedules and requirements, and any other recommendations or programs. Technical information shall be maintained in folders (Government record keeping) and a database maintained by ACC/SGO. The Contractor shall deliver and post updates to system/project folders and the ACC/SCO database as information changes. 2.1.3 Task 3 ? Certification and Credentialing Support. The Contractor shall provide technical service support to evaluate the certification of each prevention specialist. The contractor will take necessary actions to prepare each prevention specialist to accomplish science-based prevention in the field. The analysis also looks at adequacy of support planning to make prevention more efficient, eliminate potential problems, and reduce life cycle costs. The Contractor shall be required to review and provide development assistance with the following documentation: 1) Classroom lecture 2) Supervision of Prevention Efforts, 3)Certification/Credentialing Package, 4) Field Support to Prevention Specialists 5) Documentation of field hours for certification. The Contractor shall make qualifying recommendations to ACC/SGO for candidate applications requesting a Certification in Prevention. The Contractor will establish/conduct technical meetings with representatives to resolve requests to operate throughout the Certification process, and other staff work as needed. 2.2 Deliverables. All deliverables must meet professional standards and the requirements set forth in contractual documentation. The Contractor shall be responsible for delivering all end items specified. The following items are deliverables required under this task order. 2.2.1 Reports. In addition to the report listed below additional reports may be requested as deemed necessary. 2.2.2 Criteria for Acceptance. The Contractor shall submit all deliverables in electronic form or hard copy, and shall produce reports using the Microsoft Office 2000/Office XP suite of applications. The government will inspect deliverables and notify the contractor of the findings within 10 workdays of receipt of draft deliverables and 5 workdays of receipt of final deliverables. 2.2.3 Schedule. Recurring (monthly) deliverables are due on the 5th workday of each month for a period of one year. This timeframe will include the documentation of outreach hours leading to the certification and will vary from base to base in accordance with their state laws. The total hours include 90 clock hours of prevention specific training;120 hours supervised practical training/experience in the 5 core performance domains (minimum of 10 hours in each, and 2000 hours of outreachactivities. 2.2.4 Delivery Instructions. Electronic copies via the office automation listed in paragraph 1.3 are the preferred method of delivery. All deliverables will be provided to the QAE, or designee, located at Langley AFB, Virginia, 23665. 2.3 Expertise. The contractor is responsible for providing personnel with expertise in the following areas: 2.3.1 ADP Skills. Personnel assigned to this task must possess skill in the area of software/hardware systems as specified in paragraph 1.3 of this SOW. 2.3.2 Functional Skills. Contractor personnel must be capable of working independently and are responsible for learning current HQ ACC work information and communications systems, procedures and protocols and updates as required. 2.3.2.1 Personnel must possess and exhibit expertise in program and project management of automated data processing systems to including hardware, software, communications, and integrated logistics support requirements. 2.3.2.2 The Contractor team must show recent and relevant experience in running configuration management and requirements processes as they relate to ADP-based systems fielded within ACC. 2.3.2.3 Personnel must possess recent and relevant experience with guiding the implementation and fielding of certifying specialist in the area of prevention. 2.3.3 Key Personnel. Responses to this SOW must identify specific labor categories and qualifications anticipated to fill key personnel positions as well as the resumes of candidates to fill each position. The contractor must identify key personnel in the technical proposal. NOTE: Personnel substitutions require pre-approval by the government QAE and Contracting Officer. 2.3.4 Hardware/Languages. Experience in the hardware/software as indicated in paragraph 1.3 in the SOW. 3 GOVERNMENT FURNISHED RESOURCES. The following resources will be provided by the government: 3.1 Facilities, Supplies and Services. Office/Lab space, office supplies, computer equipment, associated software, network connectivity, telephone (to include long distance and Defense System Network (DSN) service in the performance of task responsibilities), and reproduction facilities for on-site contractor employee. 3.2 Information. The government will provide the following information: 3.2.1 Manuals, texts, briefs and other materials required to complete tasks described in paragraph 2.1. 3.2.2 The government will provide initial familiarization/orientation. Standard Operational Procedures will be available to the contractor at the place of performance. 3.3 Government-Furnished Services. The government shall provide the following automatic data processing services in conjunction with this task order: network access to include e-mail and web browser. The contractor shall provide a National Agency Check (NAC) to be given such access. The contractor will be held accountable for actions that he or she initiates on the network and will conduct his or her business in accordance with all Air Force, Air Combat Command, and local base instructions, manuals, and policies. Any conduct that does not adhere to sound or just network usage as stipulated in official guidance will cause revocation of all network privileges. 4 ADMINISTRATIVE CONSIDERATIONS. 4.1 Points of Contact. Quality Assurance Evaluators (QAEs) will be identified by separate correspondence. 4.2 Place of Performance. Work will primarily be performed off site at the Omni Hotel, Newport News Virgnia under the direction of the ACC/SGO, with additional work performed at the contractor?s local business office, and other government facilities as required. 4.3 Hours of Work. Coverage is required for 8 hours per day, for 5 days, usually between the hours of 8:00 A.M. to 5:00 P.M. excluded designated federal holidays. Contractor work periods will conform to a schedule agreed upon by the task leader and QAE. Supervision of prevention activities will occur at the discretion of the contractor. 4.4 Period of Performance. Basic Timeframe for the initial 40 hours of mandatory training will take place 5 February to 9 February 2007. The remaining training will take place over a period of 12 months, with a one month option, via distance education and will vary from base to base in accordance with local state laws. 4.5 Travel & Training. 4.5.1 Travel. Travel for the purposes of this training and security accreditation support services may be required. Actual expenses are limited by the Government Travel Regulations and must be pre-approved by the QAE. Travel costs shall not exceed the funding limit as shown in the pricing schedule. 4.5.1.1 Projected travel times, locations, duration are listed below. 4 February 2007 and 10 February 2007 The initial travel period will take place on 4 and 10 February. The remaining time spent on training will be conducted via distance education with no further travel required by the contractor. 4.5.2 Training. Request all contractor training or seminars dates be coordinated with the QAE. 4.7 Privacy and Security. 4.7.1 Security Clearances. None 4.7.2 Physical Security and Access. Base identification badges and/or car decals must be obtained from the installation security for each contractor employee working on-site under this task order. Other badges such a Common Access Cards (CAC); computer access ID numbers, passwords, etc. will be furnished as necessary to complete task requirements. 4.7.3 Privacy Act. Work on this project may require that personnel have access to Privacy Information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. If not subitting under GSA the following provisions apply: 52.212-1 Instruction to Offerors- Commercial Items; 52.212-3 Offeror Representations and Certifications Commercial Items.*** "The following clauses apply: 52.221-4 Contract Terms and Conditions - Commercial Items; 52.222-3 Convict Labor; 52.233-3 Protest After Award; 52.232-33 Payment by Electronic FundsTransfer - Central Contractor Registration; 52.247-34 FOB Destination, 52.252-2 Clauses incorporated by Reference; 52-252-6 Authorized Deviation in Clauses; 252.204-7004 Required Central Contractor Registration; 52.253-1 Computer Generated Forms; 52.225-1 Buy American Act - Balance of Payments Program-Supplies; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. Evaluation of Offers. The Government will award an order resulting from this Request for Proposal to the responsible offeror that conforms to the Statement of Work that will be most advantageous to the Government, price and other factors considered. Proposals responses are due 26 Jan 2007 no later than 4:30 EST. The Government plans to use the Internet and email as the primary means of disseminating and exchanging information.
- Place of Performance
- Address: Langley AFB, VA and various AFB's.
- Zip Code: 23665
- Country: UNITED STATES
- Zip Code: 23665
- Record
- SN01214500-W 20070120/070119092659 (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 |