SOLICITATION NOTICE
U -- COMPUTER TECHNOLOGY COURSE
- Notice Date
- 5/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611210
— Junior Colleges
- Contracting Office
- Department of Justice, Bureau of Prisons, FCI Herlong, 741-925 Herlong Access Road A-25, P.O. Box 900, Herlong, California, 96113
- ZIP Code
- 96113
- Solicitation Number
- RFQP0619000010
- Archive Date
- 10/1/2010
- Point of Contact
- Ann M. Layne, Phone: 530-827-8129
- E-Mail Address
-
alayne@bop.gov
(alayne@bop.gov)
- Small Business Set-Aside
- N/A
- 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 RFQP0619100010 is issued as a Request for Quote. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-41. This acquisition is a unrestricted. The NAICS code for this requirement is 611210; the small business size standard is $7 million. GENERAL REQUIREMENTS: The Federal Bureau of Prisons, Federal Correctional Institution located at 741-925 Herlong Access Road A-25, Herlong, California, 96113, is requesting quotes for Computer Technology course instruction. SCHEDULE OF ITEMS: Two (2) Computer Courses to be provided in accordance with Statement of Work EVALUATION FACTORS: The Government intends to make a single award to the lowest-priced technically acceptable offer. STATEMENT OF WORK: A. SUBJECT: The Federal Bureau of Prisons, Federal Correctional Institution (FCI), Herlong, CA intend to make a single award to the lowest priced technically acceptable offereror for the provision of instruction in Computer Technology at FCI Herlong, Herlong, CA. B. SCHEDULE: Contractor is to provide services during the day in the Education Department located at the Satellite Camp at FCI Herlong. The Computer Technology class will be scheduled between the hours of 10:30 A.M. to 2:30 P.M or other hours as agreed to by the Supervisor of Education and the contractor for a maximum of four (4) sessions per week (a session is defined as 1 two hour period of instruction). Specific dates for the classes will be determined by the Supervisor of Education and the contractor. Class size will be a maximum of 10 inmate students per class. Students will be selected by the Supervisor of Education. Academic schedules proposed in accordance with the above will apply except in the event of institutional emergencies. In the event of an emergency, classes may be made up (delayed) or canceled as necessary. C. FEES & SUPPLIES: Registration fees, tuition, lab fees, certification of completions, administrative fees, and any incidental fees, will be included in the contract price. Contractor will be required to attend a four hour orientation prior to rendering services, fee for orientation should be included in cost of classes. The Education Department will supply all books and equipment for the Computer Technology (Basic and Advanced) segments listed below: Keyboarding Skills Microsoft Word Excel Power Point D. SCOPE OF SERVICE: The contractor will conduct and provide instruction for inmates in the following Computer Technology segments (one basic class and one advanced class): Keyboarding Skills Microsoft Word Excel Power Point Classes to be completed during the contract period Date of Award through September 30, 2010: Upon the awarding of the contract, two (2) Computer Technology classes will be offered by the contractor consisting of the following: (Basic and Advanced) Keyboarding Skills, Microsoft Word, Excel, and Power Point. At the conclusion of the classes, the contractor will provide a Certificate of Completion and college credit to all inmates who successfully complete the course requirements. Also, the contractor will provide attendance sheets for each class. E. SPECIAL QUALIFICATIONS REQUIRED: The contractor must be an accredited community or junior college. Contractor and staff assigned to provide instructional services as part of this contract must be appropriately licensed/certified and have at least one year teaching experience in a classroom setting. In the event a session(s) is/are canceled, additional sessions will be scheduled to fulfill the requirements of the class. F. INMATE MANAGEMENT: Provisions of this contract requires frequent and unsupervised contact with inmates. The contractor will not be responsible for the management of inmates outside of the scope of service. The contractor shall report any infractions by an inmate to the Supervisor of Education, Camp Teachers or the Camp Administrator. The contractor will take attendance daily on an institutional roll sheet and immediately report inmate absences. The roll sheet will be turned in to the Supervisor of Education or a teacher at the conclusion of each course. G. METHOD OF INSTRUCTION: The method of instruction is to include hands-on workgroups, individual learning experience, and close monitoring as needed. Instruction will be performed on a daily basis (maximum of five days per week). The manner of performance of these tasks will be the responsibility of the contractor and the discretion of the Supervisor of Education. H. INSTITUTION SECURITY: The contractor agrees to adhere to all regulations prescribed by the institution for the safety, custody, and conduct of inmates. Prospective Contractors will be required to comply with the following security Investigative Procedures: (1) National Crime Information Center (NCIC) check; (2) DOJ-99 (name check); (3) FD-258 (fingerprint check); (4) Law Enforcement Agency checks; (5) Vouchering of Employers; (6) ResumelPersonal Qualifications; (7) OPM-329-A (Authority for Release of Information); and (8) National Agency Check and Inquiries (NACI) check (if applicable). Prospective Contractors are advised during the solicitation or quotation phase that a urinalysis test is required (for detection of marijuana and other drug usage). If the proposed contract is with a company and the individual(s) assigned to perform the work testes) positive, the individual(s) shall be excluded from performing the contract and the Contractor shall provide acceptable replacement personnel subject to the same security requirements. If the proposed contract is with an individual, the contract award may not be made until a negative test is received. The contractor is required to attend a four-hour mandatory orientation program. The Volunteer Coordinator shall be responsible for conducting the Orientation Program, establishing procedures and guidelines, and assuring standardization of curriculum. The Supervisor of Education shall conduct a tour of the Education Department and the Satellite Camp for the contractor as soon as feasible. The Orientation Program shall emphasize security and staff responsibility. I. OTHER MISCELLANEOUS INFORMATION: The contract for the college courses will be considered a contractual arrangement and not an appointment to a federal job. The results are to be obtained entirely within the contractor's unsupervised determination. The contractor will not be subject to constant government supervision. The program activities will be monitored only to ensure the end results are obtained. The contractor shall make available the college course consistent with requirements of this solicitation and abide by the rules and procedures as set forth by Federal Correctional Institution, Herlong, CA. The Bureau of Prisons has the sole discretion to determine the contractor's compliance with the contract. J. PLACE OF PERFORMANCE: The contractor's place of performance will be in the Computer Lab located in the Education Department at the Satellite Camp, FCI Herlong, 741-925 Herlong Access Road A-25, Herlong, CA 96113. Services will normally be performed in the Computer Lab located in the Education Department at the Satellite Camp. K. ANTICIPATED PERIOD OF PERFORMANCE: Date of Award to September 30, 2010. Upon the awarding of the contract, two (2) Computer Technology course will be offered by the contractor. The following will be included in the course: Keyboarding Skills, MS Word, Excel, and Power Point. Contract award will be made pending the availability of funds. Should funds not be immediately available, contract award will be postponed until such time as funds become available. CONTRACT CLAUSES AND SOLICITATION PROVISIONS: The full text of clauses may be accessed electronically at www.acqnet.gov/far. The following clauses and provisions apply to this solicitation: 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.212-4, Contract Terms and Conditions--Commercial Items (Mar 2009); 2.204-7, Central Contractor Registration (Apr 2008); 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007); 52.223-5 Pollution Prevention and Right-to-Know Information (Aug 2003); 52.224-2 Privacy Act (Apr 1984); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 84); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Apr 2010); 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (June 2003) (EO 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (EO 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (EO 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 09); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); 52.239-1 Privacy or Security Safeguards (Aug 1996);52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008); 52.212-3, Offeror Representations and Certifications--Commercial Items (Aug 2009); 52.215-5, Facsimile Proposals (Oct 1997). The following clauses are incorporated by full text: UNSAFE CONDITIONS DUE TO THE PRESENCE OF HAZARDOUS MATERIAL (JUNE 1996) (a) "Unsafe condition" as used in this clause means the actual or potential exposure of contractor or Government employees to a hazardous material as defined in Federal standard No. 313, and any revisions thereto during the term of this contract, or any other material or working condition designated by the Contracting Officer's Technical Representative (COTR) as potentially hazardous and requiring safety controls. (b) The Occupational Safety and Health Administration (OSHA) is responsible for issuing and administering regulations that require contractors to apprise its employees of all hazards to which they may be exposed in the course of their employment; proper conditions and precautions for safe use and exposure; and related symptoms and emergency treatment in the event of exposure. (c) Prior to commencement of work, contractors are required to inspect for and report to the contracting officer or designee the presence of, or suspected presence of, any unsafe condition including asbestos or other hazardous materials or working conditions in areas in which they will be working. (d) If during the performance of the work under this contract, the contractor or any of its employees, or subcontractor employees, discovers the existence of an unsafe condition, the contractor shall immediately notify the contracting officer, or designee, (with written notice provided not later than three (3) working days thereafter) of the existence of an unsafe condition. Such notice shall include the contractor's recommendations for the protection and the safety of Government, contractor and subcontractor personnel and property that may be exposed to the unsafe condition. (e) When the Government receives notice of an unsafe condition from the contractor, the parties will agree on a course of action to mitigate the effects of that condition and, if necessary, the contract will be amended. Failure to agree on a course of action will constitute a dispute under the Disputes clause of this contract. (f) Nothing contained in this clause shall relieve the contractor or subcontractors from complying with applicable Federal, State, and local laws, codes, ordinances and regulations (including the obtaining of licenses and permits) in connection with hazardous material including but not limited to the use, disturbance, or disposal of such material. (End of Clause) CONTRACT MONITOR (CM) (AUG 2008) (a) (name), (title), (location), (area code and telephone number) is hereby designated as the Contract Monitor (CM) under this contract. (b) The CM is responsible, as applicable, for: receiving all deliverables; inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contractor effort; fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. (c) The CM does not have the authority to alter the contractor's obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such changes.[End of Clause] DEPARTMENT OF JUSTICE CONTRACTOR RESIDENCY REQUIREMENT BUREAU OF PRISONS CLAUSE (JUNE 2004) For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services must have: 1. legally resided in the United States (U.S.); 2. worked for the U.S. overseas in a Federal or military capacity; or 3. been a dependent of a Federal or military employee serving overseas. If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provides current information regarding allied countries: http://www.opm,gov/employ/html/citizen.htm By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction. (End of Clause) Department of Justice ORDER 2640.2E,Bureau of Prisons Clause (JUNE 2004) Department of Justice (DOJ) Order 2640.2E prohibits the use of non-U.S. citizens in the performance of this contract or commitment for any position that involves access to or development of any DOJ Information Technology System. By signing this contract or by beginning performance, the contractor agrees to this restriction. (End of Clause) Security of Systems and Data, Including Personally Identifiable Information (MAR 2008) a. Systems Security: The work to be performed under this contract requires the handling of data that originated within the Department, data that the contractor manages or acquires for the Department, and/or data that is acquired in order to perform the contract and concerns Department programs or personnel. For all systems handling such data, the contractor shall comply with all security requirements applicable to Department of Justice Systems, including by not limited to all Executive Branch system security requirements (e.g., requirements imposed by OMB and NIST), DOJ IT Security Standards and DOJ Order 2640.2E. The contractor shall provide DOJ access to and information regarding the contractor's systems when requested by the Department in connection with its efforts to ensure compliance with all such security requirements, and shall otherwise cooperate with the Department in such efforts. DOJ access shall include independent validation testing of controls, system penetration testing by DOJ, FISMA data reviews, and access by the DOJ Office of the Inspector General for its reviews. The use of contractor-owned laptops or other media storage devices to process of store data covered by this clause is prohibited until the contractor provides a letter to the Contracting Officer (CO) certifying the following requirements: 1. Laptops must employ encryption using a NIST Federal Information Processing Standard (FIPS) 140-2 approved product; 2. The contractor must develop and implement a process to ensure that security and other applications software is kept up-to-date; 3. Mobile computing devices will utilize anti-viral software and a host-based firewall mechanism; 4. The contractor shall log all computer-readable data extracts from databases holding sensitive information and verify each extract including sensitive data has been erased within 90 days or its use is still required. All DOJ information is sensitive information unless designated as non-sensitive by the Department; 5. Contractor-owned removable media, such as removable hard drives, flash drives, CDs, and floppy disks, containing DJB data, shall not be removed from DOJ facilities unless encrypted using a NIST FIPS 140-2 approved product; 6. When no longer needed, all removable media and laptop hard drives shall be processed (sanitized, degaussed, or destroyed) in accordance with security requirements applicable to DOJ; 7. Contracting firms shall keep an accurate inventory of devices used on DOJ contracts; 8. Rules of behavior must be signed by users. These rules shall address at a minimum: authorized and official use; prohibition against unauthorized users; and protection of sensitive data and personally identifiable information. 9. All DOJ data will be removed from contractor-owned laptops upon termination of contractor work. This removal must be accomplished in accordance with DOJ IT Security Standard requirements. Certification of data removal will be performed by the Contractor's project manager and a letter confirming certification will be delivered to the CO within 15 days of termination of contractor work. b. Data Security: By acceptance of, or performance on, this contract, the contractor agrees that with respect to the data identified in paragraph a, in the event of any actual or suspected breach of such data (i.e., loss of control, compromise, unauthorized disclosure, access for an unauthorized purpose, or other unauthorized access, whether physical or electronic), the contractor will immediately (and in no event later than within one hour of discovery) report the breach to the DOJ CO and the contracting officer's technical representative (COTR). If the data breach occurs outside of regular business hours and/or neither the CO or the COTR can be reached, the contractor shall call the DOJ Computer Emergency Readiness Team (DOJCERT) at 1-866-US4-CERT (1-866-874-2378) within one hour of discovery of the breach. The contractor shall also notify the CO as soon as possible during regular business hours. c. Personally Identifiable Information Notification Requirement: The contractor further certifies that it has a security policy in place that contains procedures to promptly notify any individual whose personally identifiable information (as defined by OMB) was, or is reasonably believed to have been, breached. Any notification shall be coordinated with the Department, and shall not proceed until the Department has made a determination that notification would not impede a law enforcement investigation or jeopardize national security. The method and content of any notification by the contractor shall be coordinated with, and be subject to the approval, of the Department. The contractor assumes full responsibility for taking corrective action consistent with the Department's Data Breach Notification Procedures, which may include offering credit monitoring when appropriate. d. Pass-through of Security Requirements to Subcontractors (MAR 2008) The requirements set forth in Paragraphs a through c above, apply to all subcontractors who perform work in connection with this contract. For each subcontractor, the contractor must certify that it has required the subcontractor to adhere to all such requirements. Any breach by a subcontractor of any of the provisions set forth in this clause will be attributed to the contractor. (End of Clause) NOTICE OF CONTRACTOR PERSONNEL SECURITY REQUIREMENTS (OCT 2005) Compliance with Homeland Security Presidential Directive-12 (HSPD-12) and Federal Information Processing Standard Publication 201 (FIPS 201)1 entitled "Personal Identification Verification (PIV) for Federal Employees and Contractors," Phase I. 1. Long-Term Contractor Personnel: In order to be compliant with HSPD-12/PIV I, the following investigative requirements must be met for each new long-term2 contractor employee whose background investigation (BI) process begins on or after October 27, 2005: a. Contractor Personnel must present two forms of identification in original form prior to badge issuance (acceptable documents are listed in Form I-9, OMB No. 1615-0047, " Employment Eligibility Verification, " and at least one document must be a valid State or Federal government-issued picture ID); b. Contractor Personnel must appear in person at least once before a DOJ official who is responsible for checking the identification documents. This identity proofing must be completed sometime during the clearance process but prior to badge issuance and must be documented by the DOJ official; c. Contractor Personnel must undergo a BI commensurate with the designated risk level associated with the duties of each position. Outlined below are the minimum BI requirements for each risk level: • High Risk - Background Investigation (5 year scope) • Moderate Risk - Limited Background Investigation (LBI) or Minimum Background Investigation (MBI) • Low Risk - National Agency Check with Inquiries (NACI) investigation d. The pre-appointment BI waiver requirements for all position sensitivity levels are a: 1) Favorable review of the security questionnaire form; 2) Favorable fingerprint results; 3) Favorable credit report, if required;3 4) Waiver request memorandum, including both the Office of Personnel Management schedule date and position sensitivity/risk level; and 5) Favorable review of the National Agency Check (NAC)4 portion of the applicable BI that is determined by position sensitivity/risk level. A badge may be issued following approval of the above waiver requirements. If the NAC is not received within five days of OPM ' s scheduling date, the badge can be issued based on a favorable review of the Security Questionnaire and the Federal Bureau of Investigation Criminal History Check (i.e., fingerprint check results). e. Badge re-validation will occur once the investigation is completed and favorably adjudicated. If the BI results so justify, badges issued under these procedures will be suspended or revoked. 2. Short-Term Contractor Personnel: It is the policy of the DOJ that short-term contractors having access to DOJ information systems and/or DOJ facilities or space for six months or fewer are subject to the identity proofing requirements listed in items 1a. and 1b. above. The pre-appointment waiver requirements for short-term contractors are: a. Favorable review of the security questionnaire form; b. Favorable fingerprint results; c. Favorable credit report, if required;5 and d. Waiver request memorandum indicating both the position sensitivity/risk level and the duration of the appointment. The commensurate BI does not need to be initiated. A badge may be issued following approval of the above waiver requirements and the badge will expire six months from the date of issuance. This process can only be used once for a short-term contractor in a twelve month period. This will ensure that any consecutive short-term appointments are subject to the full PIV-I identity proofing process. For example, if a contractor employee requires daily access for a three or four-week period, this contractor would be cleared according to the above short-term requirements. However, if a second request is submitted for the same contractor employee within a twelve-month period for the purpose of extending the initial contract or for employment under a totally different contract for another three or four-week period, this contractor would now be considered "long-term" and must be cleared according to the long-term requirements as stated in this interim policy. 3. Intermittent Contractors: An exception to the above-mentioned short-term requirements would be intermittent contractors. a. For purposes of this policy, "intermittent" is defined as those contractor employees needing access to DOJ information systems and/or DOJ facilities or space for a maximum of one day per week, regardless of the duration of the required intermittent access. For example, the water delivery contractor that delivers water one time each week and is working on a one-year contract. b. Contractors requiring intermittent access should follow the Department's escort policy. Please reference the August 11, 2004, and January 29, 2001, Department Security Officer policy memoranda that conveys the requirements for contractor facility escorted access. c. Due to extenuating circumstances, if a component requests unescorted access or DOJ IT system access for an intermittent contractor, the same pre-employment background investigation waiver requirements that apply to short-term contractors are required. 1 FIPS 201 is available at: www.csrc.nist.gov/publications/fips/fips201/FIPS-201-022505.pdf 2 Under HSPD-12, long-term contractors are contractors having access to DOJ information systems and/or DOJ facilities or space for six months or longer. The PIV-I identity proofing process, including initiation and adjudication of the required background investigation, is required for all new long-term contractors regardless of whether it is the current practice to issue a badge. The second phase of HSPD-12 implementation (PIV-II) requires badge issuance to all affected long-term contractors. 3 For contractors in position sensitivity/risk levels above level 1, a favorable review of a credit check is required as part of the pre-appointment waiver package. 4 In order to avoid a delay in the hiring process, components should request an Advance NAC Report when initiating investigations to OPM. Per OPM ' s instructions, to obtain an Advance NAC Report, a Code " 3" must be placed in block " B " of the " Agency Use Only " section of the investigative form. This report is available for all case types. 5 For contractors in position sensitivity/risk levels above level 1, a favorable review of a credit check is required as part of the pre-appointment waiver package. d. If an intermittent contractor is approved for unescorted access, the contractor will only be issued a daily badge. The daily badge will be issued upon entrance into a DOJ facility or space and must be returned upon exiting the same facility or space. e. If an intermittent contractor is approved for unescorted access, the approval will not exceed one year. If the intermittent contractor requires unescorted access beyond one year, the contractor will need to be re-approved each year. 4. An individual transferring from another department or agency shall not be re-adjudicated provided the individual has a current (within the last five years), favorably adjudicated BI meeting HSPD-12 and DOJ's BI requirements. 5. The DOJ's current escorted contractor policy remains unchanged by this acquisition notice. SUBMISSION OF QUOTATIONS: Vendors will be required to submit the following information on company letterhead or business stationary directly to the contracting officer: 1. The Request for Quote Number (RFQP0619100010); 2. Schedule of Items with Pricing; 3. Contractor DUNS Number and Taxpayer Identification Number; and 4. A complete copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) -OR- be currently registered in the Online Representations and Certifications Applications (ORCA) at https://orca.bpn.gov/ with no changes Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the Central Contractor Registration (CCR) Database at www.ccr.gov. In conjunction with required registration in the CCR database, prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov. Faith-Based and Community-Based Organizations have the right to submit offers equally with other organizations for contracts for which they are eligible. All responsible sources are encouraged to submit a written offer which will be considered for award. Offers are due no later than May 21, 2010, 3:00 p.m. local time. Offers received after this date and time will not be considered for award. The postal mailing address is: Federal Correctional Institution, Attn: Ann Layne, Supervisory Contract Specialist, PO Box 900, Herlong, CA 96113-0900. Hand delivery or express mail to 741-925 Herlong Access Road A-25, Herlong, CA 96113. Offers may also be faxed to (530) 827-8036. The anticipated date of award is on or about June 1, 2010. This solicitation is distributed solely through the General Services Administration's Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This acquisition is a Total Small Business Set-Aside.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/61903/RFQP0619000010/listing.html)
- Place of Performance
- Address: 741-925 Herlong Access Rd. A-25, Herlong, California, 96113, United States
- Zip Code: 96113
- Zip Code: 96113
- Record
- SN02141271-W 20100507/100505235301-67054046b325bbaf26c033524b67ec63 (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 |