SOLICITATION NOTICE
U -- Telecommunications/ Fiber Optics Occupational Education Program - Loretto, PA - RFQ Attachments
- Notice Date
- 4/2/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
- ZIP Code
- 75051
- Solicitation Number
- RFQP02081300006
- Archive Date
- 7/31/2014
- Point of Contact
- Lori Wehling, Phone: (972) 352-4525
- E-Mail Address
-
lwehling@bop.gov
(lwehling@bop.gov)
- Small Business Set-Aside
- N/A
- Description
- RFQ Attachment 001 - Performance Work Statement 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; quotes are being requested and a written solicitation will not be issued. The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to establish an indefinite-delivery, requirements type contract for the provision of an Occupational Education Program in Telecommunication/Fiber Optics Installation Training to be rendered for the inmate population incarcerated at the Federal Correctional Institution (FCI) located in Loretto, Pennsylvania. FCI Loretto is a low security prison housing male inmates. Additionally, FCI Loretto operates a satellite prison camp that houses minimum security male inmates. Information regarding the Bureau of Prisons (BOP) and its facilities can be located at www.bop.gov. A description of the services required is attached to this posting and labeled as RFQ Attachment 001 - Performance Work Statement. CONTRACT CLAUSES: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. 52.212-4 Contract Terms and Conditions--Commercial Items (SEP 2013) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.203-3 Gratuities (APR 1984) 52.204-4 Printed or Copied Doubled-Sided on Post-Consumer Fiber Content Paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.223-5 Pollution Prevention and Right to Know Information (MAY 2011) 52.224-1 Privacy Act Notification (APR 1984) 52.224-2 Privacy Act (APR 1984) 52.228-5 Insurance - Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; and Comprehensive General Liability: $500,000 per occurrence for bodily injury. 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payment to Small Business Subcontractors (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.242-13 Bankruptcy (JUL 1995) 52.253-1 Computer Generated Forms (JAN 1991) The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted: 52.216-18 Ordering (OCT 1995) - (a) from the first day of the effective performance period through the last day of the effective performance period 52.216-19 Order Limitations (OCT 1995) - (a) less than one completion; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days 52.216-21 Requirements (OCT 1995), with Alternate I (APR 1984) - (f) after the last day of the effective performance period 52.217-8 Option to Extend Services (NOV 1999) prior to the expiration of the current performance period 52.217-9 Option to Extend the Term of the Contract (MAR 2000) - prior to expiration of the current performance period; 60 days; but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years. 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) - beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised 52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005) 52.27-103-72 DOJ Contractor Residency Requirement - BOP (JUN 2004) 52.242-11-004 Evaluation of Contractor Performance Utilizing CPARS (APR 2011) Department of Justice Order 2640.2F (NOV 2008) 2852-223-70 Unsafe Conditions due to the Presence of Hazardous Material (JUN 1996) 52.21-603-70 Contracting Officer's Representative (JUN 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2014) - (b) 1, 4, 8, 16, 25, 28, 30-36, 40, 44, and 50; (c) 1- WD 2005-2135 Revision 14, 2- $21.28 (exclusive of benefits) for occupational code 15090; 3, and 7. OTHER CONTRACT TERMS AND CONDITIONS: Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed pricing. It is anticipated that contract award(s) resulting from this solicitation will be made in May 2014. Performance Period: The periods of performance of the resulting contract shall be Base Year - Effective Date of Award (EDOA) thru 12 months; Option Year 1 - 13 months from EDOA thru 24 months; Option Year 2 - 25 months from EDOA thru 36 months; Option Year 3 - 37 months from EDOA thru 48 months; Option Year 4 - 49 months from EDOA thru 60 months. The contractor shall commence performance of services by submitting information to initiate security clearance procedures within 5 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a) (6), the place of acceptance for services under this contract is at the destination, FCI Loretto. Ordering Official: Task orders may be issued only by the Contracting Officer or a warranted Contracting Official from the Contract Administration Office. Orders may be issued orally, faxed, electronically, or via mail. Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution. The program manager at FCI Loretto is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedures will be performed: 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). Resume/Personal Qualifications; 7). OPM 329 A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage) By submitting a quote for service, the contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. Privacy Act Notification: A resultant contract will require contracted staff to operate a system of records and maintain documentation that will require adherence to the Privacy Act of 1974. The system of records will be maintained in accordance with community standards for adult education. The contractor and/or staff are not authorized to disclose this or any information pertaining to an inmate to any non-BOP source. Any requests for such information shall be forwarded to the Contracting Officer or designee for proper disposition. Non-personal services: A resultant contract will be a non-personal services contract, as defined in FAR 37.101, under which the contractor is an independent contractor. Award of a contract does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters; however, contractor performance shall be closely monitored to ensure contract compliance. Pricing Methodology: The contract rate for service will be on a "per student completion" basis, where a "completion" is defined as one inmate student attending all course sessions during a class cycle. The contractor may invoice and will be paid for each student who completes a course cycle regardless of academic standing. Pricing for course completions shall be inclusive of all charges (i.e., wages, insurance, overhead, profit, etc.). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 (eff. 01/30/2014). SOLICITATION PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov 52.212-1 Instructions to Offerors - Commercial Items (JUL 2013) tailored to delete paragraphs at c, d, h, and i, as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. All references to "Offer" and "Offeror" are changed to "Quote" and "Quoter" respectively. 52.204-7 System for Award Management (JUL 2013) 52.212-3 Offeror Representations and Certifications - Commercial Items (NOV 2013) 52.217-5 Evaluation of Options (JUL 1990) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications (DEC 2012) 52.233-2 Service of Protest (AUG 1996) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, D.C. 20534 52.237-1 Site Visit (APR 1984) Protests Filed Directly with the Department of Justice (JAR 2852.233-70) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Evaluation and Award Methodology: This acquisition will be procured in accordance with FAR Part 12 - Acquisition of Commercial Items and Part 13 - Simplified Acquisition Procedures. Quoters must demonstrate that they can provide an accredited Occupational Education Program with qualified service providers, which meets the criteria described in RFQ Attachment 001 to be determined technically acceptable. In addition to price, the Government intends to evaluate quotes considering technical merit and past performance. Award will be made on a best value basis in accordance with FAR 52.212-1(g). Pursuant to FAR 17.203(b), the Government's evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), quoters may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. The estimated quantity of service required is not a representation to a quoter that the estimated quantities will be required or ordered, or that conditions affecting requirements will remain stable or normal. Quoters are advised that the Contracting Officer will verify registration in the System for Award Management database (www.sam.gov) prior to award of any contract, by entering the potential awardee's DUNS number into the database. Failure to complete a registration record may result in elimination from consideration for award. Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. The North American Industrial Classification (NAICS) code is 611519, Other Technical and Trade Schools and the applicable small business size standard is $14.0 million dollars. SUBMISSION OF QUOTATIONS: On letterhead or business stationary, the following information must be submitted. Failure to provide required information may result in your quote not being considered. (1) Contractor's DUNS Number (2) Quoted pricing in accordance with the Schedule of Items as detailed in RFQ Attachment 001. Responses must include a price quote for the Base Year, Option 1, Option 2, Option 3, and Option 4. (3) Documentation for Qualifications consisting of a performance-based plan of how the contractor can meet the required need along with supporting documentation to substantiate qualification of the contractor and planned contract instructors as described in RFQ Attachment 001. (4) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items if different from entry made to the System for Award Management record at www.sam.gov. (5) Point of Contact information for professional references. The contractor should provide a list of the last three contracts awarded to your organization which are of a related nature, size, and scope. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete). (6) Point of contact information for a financial reference to include Bank Name, Address, Phone, Email address, and Contact Person. If your references will require a Release of Information statement - provide it with your quote submittal. Quote Submission Information: Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00pm local time on Wednesday, April 30, 2014. Written quotes will be accepted by mail, hand-carried delivery, fax, or email. Mailed or Hand-carried quotes must be delivered to the attention of Lori Wehling, Contracting officer at the address shown. The official point of receipt for hand-carried quotes will be at the first floor reception area of the address listed above. Please give 24 hour of advanced notice to Contracting Officer prior to hand-carrying quotes to accommodate access to secured base. Faxed quotes must be faxed to 972-352-4545, Attn: Lori Wehling, Contracting Officer. Quotes should be clearly marked with the RFQ number and include all required information. Emailed quotes must be sent in.pdf format only to lwehling@bop.gov. Include the following in your subject line: Quote submitted in response to RFQP02081300006. Quotes must include all required information. Questions regarding this requirement may be directed in writing to Lori Wehling, Contracting Officer at lwehling@bop.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP02081300006/listing.html)
- Place of Performance
- Address: 772 Saint Joseph Street, Loretto, Pennsylvania, 15940, United States
- Zip Code: 15940
- Zip Code: 15940
- Record
- SN03326810-W 20140404/140402234536-d600a45e335a0f2c139e7f830bb8f449 (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 |