Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2010 FBO #3310
SOLICITATION NOTICE

U -- English as a Second Language (ESL) Coordinator Service

Notice Date
12/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611630 — Language Schools
 
Contracting Office
Fort Carson DOC, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-11-T-0019
 
Response Due
12/20/2010
 
Archive Date
2/18/2011
 
Point of Contact
John Kurko, 7195263835
 
E-Mail Address
Fort Carson DOC
(john.kurko@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Quotations shall reference solicitation number W911RZ-11-T-0019. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. Fort Carson intends to award a firm-fixed-price contract for English as a Second language Program (ESL) Program Coordinator Service for a period of one base year and two, one-year option periods; three years total. The North American Industrial Classification System (NAICS) code for this procurement is 611630 with a small business size standard of $7.0 million. This requirement is set aside 100% for Small Business. The Contractor shall propose the following Contract Line Item Number (CLIN): CLIN 0001 Base Period. English as a Second Language (ESL) QTY UNIT PRICE TOTAL Program Coordinator Service in accordance with the PER UNIT PRICE Performance Work Statement, dated 8 November 2010. The Period of Performance is: Regular Session: 4 January 2011 to 12 Month $_______ $_______ 27 May 2011 and 8 August 2011 to 3 January 2012. Summer Session: 6 June 2011 to 29 July 2011. CLIN 0002. Base Period. Contract Manpower Reporting in accordance 1 Each $ ________ $ ______ with the Performance Work Statement, dated 8 November 2010. Base Year Total Price: $ ______ CLIN 1001. Option Period One 12 Month $ ________ $______ English as a Second Language (ESL) Program Coordinator Service in accordance with the Performance Work Statement, dated 8 November 2010. The Period of Performance is: Regular Session:4 January 2012 to 25 May 2012 and 6 August 2012 to 3 January 2013 Summer Session: 4 June 2012 to 27 July 2012 CLIN 1002. Option Period One 1 Each $ ________ $______ Contract Manpower Reporting in accordance with the Performance Work Statement, dated 8 November 2010. Option Year One Price: $ _______ CLIN 2001. Option Period Two 12 Month $ ________ $_______ English as a Second Language (ESL) in accordance With the Performance Work Statement, dated 8 November 2010. The Period of Performance is: Regular Session: 4 January 2013 to 24 May 2013 and 5 August 2013 to 3 January 2014. Summer Session: 3 June 2013 to 26 July 2013. CLIN 2002. Option Period Two 1 Each $ ________ $______ Contract Manpower Reporting in accordance with the Performance Work Statement, dated 8 November 2010. Option Year Two Price: $_______ TOTAL OVERALL PRICE: $_______ FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this acquistion and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items) 52.212-2 (Evaluation - Commercial Items) 52.212-3 (Offeror Representations and Certifications - Commercial Items) 52.217-5 (Evaluation of Options) Clauses: 52.204-7 (Central Contractor Registration) 52.204-9 (Personal Identity Verification of Contractor Personnel) 52.204-10 (Reporting Executive Compensation and First-Tier Subcontract Awards) 52.209-6 (Protecting the Government Interest When Subcontracting with Contractor's Debarred, Suspended or Proposed for Debarment) 52.212-4 (Contract Terms and Conditions - Commercial Items) 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items) 52.217-8 (Option to Extend Services) (Nov 1999) 52.217-9) Option to Extend the Term of the Contract) (March 2000) 52.219-6 (Notice of Total Small Business Set Aside) 52.219-28 (Small Business Representation) 52.222-19 (Child Labor-Cooperation with Authorities and Remedies) 52.222-3 (Convict Labor) 52.222-21 (Prohibition of segregated facilities) 52.222-26 (Equal Opportunity) 52.222-36 (Affirmative Action for Workers with Disabilities) 52.222-41 (Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.) Department of Labor Wage Determination Number 2005-2079 Rev (11), dated (06/15/2010) is incorporated into this solicitation and is available at: http:www.wdol;.gov/ 52.222-42 (Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Code: 29160; Instructor, GS-09, hourly wage: $19.92 to $25.89 plus fringe benefits of $3.18 per hour. 52.222-50 (Combating Trafficking in Persons) 52.225-13 (Restrictions on Certain Foreign Purchases) 52/223-10 (Waste Reduction Program) 52.232-18 (Availability of Funds) (April 1984) 52.232-19 (Availability of Funds for the Next Fiscal Year) (1984) 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration) 52.237-2 (Protection of Government Buildings, Equipment and Vegetation) 52.239-1 (Privacy of Security Safeguards. 52.252-2 (Clauses Incorporated by Reference) 252.201-7000 (Contracting Officer's representative) 252.204-7004 Alternate A (Central Contractor Registration) 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) 252.223-7006 (Prohibition of Storage and Disposal of Toxic and Hazardous Materials) 252.225-7001 (Buy American Act and Balance of Payments) 252.225-7002 (Qualifying Country Sources as Subcontractors) 252.232-7003 (Electronic Submission of Payment Requests) 252.232.-7003 WAWF (Electronic Submission of Payment Requests and Receiving Reports). 252.232-7007 (Limitation of Government Obligation) (MAY 2006) 5152.233-4000 (HQ AMC Level Protest Program, Nov 2008) 5152.209-4000 (DOD Anti-Terrorism (AT) Standards) The provisions at FAR 52.212-2 Evaluation-Commercial Items apply to this solicitation. The Government will award a contract resulting from this solicitation to the responsive offeror whose offer confirming to this solicitation will be the most advantageous to the Government. The factors used to evaluate offers will be price and compliance with the requirements listed in paragraph five of the PWS and past performance. Offeror's shall submit with their quotation copies of the certification listed in paragraph five of the PWS. Offeror's shall also include in their quotation three customer references with their applicable names, telephone numbers and email addresses. Offeror's shall also submit with their quotations resumes of employees performing classroom ESL instruction duties The Government will utilize the references information to facilitate confirmation of relevant and satisfactory past performance within the last five years from the date of this solicitation. OFFEROR'S SHALL COMPLY with the instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items. Contractor shall submit their written proposal on company letterhead, refer to the solicitation number, the time specified in the solicitation for receipt of offers, name, address and telephone number of the offeror, unit price and overall price. The offeror shall include any discount terms, cage code, DUNS number, tax identification number, size of business, acknowledgement of solicitation amendments (if any), warranty information, shipping/handling charges, FOB Destination and a statement the provision of FAR 52.212.3, Offeror Representations has been completed electronically online at http://orca.bpn.gov/publicsearch.aspx. The Government will incorporate Department of Labor, Wage Determination, 2005-2079, Rev 11, dated 6/15/2010 into a contract awarded as a result of this solicitation. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor may contact the CCR at 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. Offerors must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. Fort Carson will not accept telephone inquiries or facsimile quotations. The Fort Carson Contracting Office will accept email questions concerning this solicitation until 2:00 p.m. Mountain Time Zone, 17 December 2010. All written quotations must be received by 1:00 p.m. Mountain Time Zone, 20 December 2010. Written quotations shall be e-mailed to john.kurko@us.army.mil. PERFORMANCE WORK STATEMENT English as a Second Language Program (ESL), Program Coordinator Service Army Community Service, Fort Carson, CO Solicitation Number W911RZ-11-T-0003 November 8, 2010 1.GENERAL INFORMATION. a.The mission of the Fort Carson Army Community Service Center (ACS) is to provide educational programs to service members and their families. The English as a Second Language Program (ESL) is an integral part of the education program offered by the Relocation Readiness Program (RRP). The ESL Program assists foreign born spouses in improving their English language proficiency and assimilation into the American culture. b.The programs and services provided to foreign born spouses contribute to the mission readiness of the service members. 2.SPECIFIC RESPONSIBILITIES. a.The contractor shall be physically present and prepared to furnish instruction service to government program enrollees from 0900 to 1200 hours; Monday through Thursday during the regular school year and Tuesday's and Thursday's for summer sessions. The contractor is not required to provide services on federal holidays; school holidays or Fort Carson designated training holidays. b.The work location is the Army Community Service, building 1526, Fort Carson, CO 80913. c.The on-site contract employee shall assist government enrollees in the performance of the computer self paced Rosetta Stone Program; English conversation. The contractor's responsibilities include evaluating and correcting all problems encountered by students in progressing through the computer based training program. The contractor shall provide direct assistance to students for Rosetta Stone proficiency levels one, two and three. d.The contractor shall plan and initiate breakout sessions for all students enrolled in the Rosetta Stone Program. The contractor shall separate breakout sessions for each individual proficiency level. e.The contractor is authorized to request ACS volunteers from the Army Volunteer Coordinator to assist in routine or administrative matters in the classroom setting. ACS volunteers are not authorized to perform training or instruction to enrollees. 3.REPORTS AND OTHER ADMINISTRATIVE REQUIREMENTS. a.The contractor shall submit the following reports: (1)A written monthly student attendance report. The written report is due the second workday of each month for the preceding month. (2)A written student progress report for each student at the conclusion of the regular school year. The written report shall contain a brief written narrative summarizing the progress of each student. b.Other requirements: (1)The contractor shall be responsible for enrollees completing a placement test. A government employee will provide the contractor with the appropriate number of tests. (2)The contractor shall establish and maintain a daily student enrollee sign-in roster. The contractor shall insure all program participants sign the roster. (3)The contractor shall establish an individual administrative file for each enrollee. The file shall only contain information relating to the status of the students learning progress and classroom attendance. (4)The contractor shall furnish enrollees with a program evaluation survey/questionnaire once per 30 day period. The contractor shall instruct students to turn-in the completed survey/questionnaire to the Relocation Manager. The government will provide the contractor with the surveys. (5)The government will periodically provide the contractor with educational type training material or documents. The contractor shall be responsible for distributing the material to the enrollees and requesting replacement material. (6)All information, training material, records and other related material is the property of the Fort Carson. The contractor shall not release information pertaining to this service to any agency without the expressed permission of the Contracting Officer Representative or Contracting Officer. 4.SCHOOL YEAR SCHEDULE. a.Regular school session/period. The contractor shall perform services in the classroom, 12 hours per week, from 0900 to 1200 hours; Monday through Thursday as follows: (1)Base year: 4 January 2011 to 27 May 2011 and 8 August 2011 to 3 January 2012. (2)First option period: 4 January 2012 to 25 May 2012 and 6 August 2012 to 3 January 2013. (3)Second option period: 4 January 2013 to 24 May 2013 and 5 August 2013 to 3 January 2014. b.Summer school session/period. The contractor shall perform services six hours per week on Tuesday's and Thursday's from 0900 to 1200 hours as follows: (1)Base Year: 6 June 2011 to 29 July 2011. (2) First option period: 4 June 2012 to 27 July 2012. (3) Second option period: 3 June 2013 to 26 July 2013. 5. INSTRUCTOR QUALIFICATIONS. The contract employee performing instructor service at Fort Carson shall be certified as a literacy instructor by the State of Colorado throughout the contract performance periods. The contractor employee shall have a minimum of one year experience in the private or public sector working with adults over the age of 18 years in an ESL program and with Rosetta Stone language programs. The contractor shall submit resumes of employees performing classroom instruction with their offeror. 6. GOVERNMENT FURNISHED FACILITIES. Fort Carson will provide the contractor with one classroom within building 1526. The government will also provide the instructor with one desk and one chair within the classroom. The government will not provide any supplies, equipment or material unless specifically cited within this PWS. 7. CONTRACTOR MANPOWER REPORTING (CMR) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. 8. WORKLOAD DATA. The average class size is approximately 20 students. 9. FEDERAL HOLIDAYS. New Year's Day Labor Day Martin Luther King Jr.'s Birthday President's Day Memorial Day Independence Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/41b1068a6a36c8ca23ee664a5c19a2fa)
 
Place of Performance
Address: Fort Carson DOC Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02344542-W 20101217/101215234108-41b1068a6a36c8ca23ee664a5c19a2fa (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.