Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2014 FBO #4717
SOLICITATION NOTICE

99 -- Driver's Education - Vendor Questionnaire - Invoice Information - W9

Notice Date
10/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611692 — Automobile Driving Schools
 
Contracting Office
Department of Labor, Employment Training Administration, Exeter Job Corps Center, 162 Main Street, Exeter, Rhode Island, 02822
 
ZIP Code
02822
 
Solicitation Number
EXDriversEd1415
 
Archive Date
11/13/2014
 
Point of Contact
Annette L. Burgess, Phone: 4012686010
 
E-Mail Address
burgess.annette@jobcorps.org
(burgess.annette@jobcorps.org)
 
Small Business Set-Aside
N/A
 
Description
W9 form Payment Information Brief description of business This is a Subcontracting Opportunity with Exeter Job Corps Center / Adams & Associates Inc. and not with the U.S. Department of Labor. Scope of Work for: #EXDriversEd1415 Driver's Education/Classroom Instruction Exeter Job Corps Center Exeter, RI 02822 Operated by Adams and Associates, Inc. For the U.S. Department of Labor Prepared by: Linda Soderberg Deputy Center Director Exeter Job Corps Scope of Work ID: #EXDriversEd1415 •I. General Owner: US Department of Labor (DOL) Center Operator: Adams and Associates, Inc. Mailing Address: Exeter Job Corps 162 Main St Exeter, RI 02822 Site Visit: Proposal Due Date: Friday, October 24, 2014 at 5:00 pm Submission of Proposals: Exeter Job Corps Center Attn: Annette Burgess Burgess.annette@jobcorps.org Fax: 401-268-6080 The only Bids that will be considered will be from vendors who attend the mandatory bid conference on the day and time specified above. Project Summary: Provide classroom and road training for Exeter Job Corps students. •II. REQUIREMENTS •1. Provide a Driver Education program, including classroom and road training, for Job Corps students that is designed to help each student meet the requirements to obtain a driver's license in the State of Rhode Island. •2. Provide instruction in accordance with provisions set forth in the USDOL Contract, the Policy and Requirements Handbook (PRH), Chapter 2 and Company operating procedures and handbooks; and utilizing Job Corps-developed curriculum, Program Instructions and Training Achievement Records (TARs) as well as instructional materials provided by the Division of Motor Vehicles, Rhode Island Department of Administration. •3. Provide and implement an instruction plan that provides for a self-paced, open entry/open exit format and shall consist of classroom driving instruction utilizing handbooks, texts and audio-visuals and actual on-the-road training in accordance with Rhode Island laws and regulations. •4. Provide a curriculum based upon Division of Motor Vehicles, Rhode Island Department of Administration. •5. Provide classroom training that includes, but is not limited to, such topics as vehicle systems, driving in traffic, safety regulations and traffic laws. •6. Upon successful completion of classroom training, schedule students to take the written test and vision screening provided by the Division of Motor Vehicles, Rhode Island Department of Administration and transport students to the testing site. Students who pass the test and screening shall receive learner's permits and begin on-the-road training. Students who fail the test will be provided additional instruction and be scheduled by the School for re-testing. •7. Schedule and transport students to the road testing site designated by the Division of Motor Vehicles, Rhode Island Department of Administration to obtain a driver's license. And, as required, make arrangements for re-testing. •8. Arrange for any needed student permit or license renewals and replacements. •9. Maintain adequate and accurate records of Job Corps-required student progress, completion and attendance records, including, but not limited to Progress Reports, Attendance and Accountability Reports, TARs and Student Employability Rating (SER) reports, as applicable. •10. Document and maintain the student's permanent record, including date of entry, date of completion of classroom training and date driver's license was obtained, and provide a monthly report of all students participating in the program and their status. •11. Maintain a professional, safe instructional environment in the classroom, which includes standards of dress for both students and School Instructor (per your academic institution) and classroom appearance, organization and cleanliness. All required Center and OSHA safety standards, guidelines, policies and regulations shall be adhered to and maintained at all times. Your institution will be responsible for the safety and security of any Academy-provided equipment and facilities. Any required repairs will be reported to the Academy Academic Manager. •12. Provide your institution's Instructor(s) that meet the minimum requirements and possess the necessary educational criteria, experience and skills as established and approved by USDOL and the Academy, described in detail in Article D of this Agreement. •13. Provide instruction on a year-round schedule excluding USDOL-approved holidays. Provide a qualified Instructor or substitute Instructor for class coverage for all training days. The Academy Academic Manager will provide direct oversight and supervision of this subcontract which will include evaluation of School performance. •14. Ensure that the Driver Education Program is conducted eight times during the contract year. If eight sessions are not conducted there will be no penalty to either party. •15. Provide all instructional materials and supplies required by the Division of Motor Vehicles, Rhode Island Department of Administration, including an approved Driver Education vehicle which meets all State requirements and laws. Your institution is responsible for the registration, licensing, upkeep, maintenance, operational safety and associated operating expenses of the vehicle in accordance with Rhode Island vehicle and safety requirements, laws and standards. •III. Bid GUIDELINES •1. Each bidder shall submit a bid based upon Part VI - Extent of Work that includes reference to the project listed in this scope of work. Any variations from the base scope of work are to be noted as distinctly separate from the base bid. •2. Bids shall be submitted for the work as a basis for the contract. •3. The bid shall include all labor, material, and equipment costs, and all incidental costs necessary to complete the work. •4. The contractor must include with his/her proposal, certification that he/she will conform to the latest Wage Rate decisions (Service Contract Act) for the area. See section VII for wage determination. •5. Contractor must provide a timeline for substantial completion in their proposals. •6. A minimum 90-day bid guarantee is required. •7. This project is tax-exempt. •8. Prior to starting any work, the contractor shall show proof of required insurance, in amounts to cover risk as stated below: •· Comprehensive Automobile Liability Insurance ( $1,000,000 combined single limit) •· Workers Compensation / Liability Insurance ($1,000,000 per occurrence) •· Fire Legal Liability of at least $500,000 per occurrence. •· Fire Legal Liability of at least $500,000 per occurrence. •9. Final Bid Proposal shall be typed and submitted on official Company letterhead and must include the following : •· Scope of Work ID#, Project Description, Project Specific Requirements, Lump Sum Cost •· A list of materials (Eco-sensitive materials should be identified) to include a list of any reused parts, equipment or conduit, and material safety data sheets (MSDS) proposed for use, if any •· References •· Copies of all Insurance Certificates •· Copy of all licenses and certifications relevant to this proposal •· Proof of a valid Contractor's License for the State of Rhode Island •· Completed Vendor Questionnaire (with DUNS# if available) and W9 •· Small Business Certification, if any •10. Net 30 payment terms •IV. Evaluation Criteria Evaluation Criteria Point Value Price: Responsible Contractor who can perform effective services at the lowest reasonable price. 60 Quality: Demonstrated experience and knowledge capabilities; Technical Excellence; Management Capabilities; Personnel qualification; Quality of the Tender packages; Technical excellence including where necessary, technical drawings, blue prints. 20 Past Performance : Past services to center or list of references for verification purposes. 10 Schedule: Explanation on how services will be carried out and the delivery timeframe. 10 TOTAL POINTS 100 Award will be made to the offeror who provides Best Value to the Center when all Evaluation Criteria are considered. Lowest Price does not guarantee award of Sub Contract. Adams and Associates retains the right to reject any and all bids. •V. Acceptance of Work •A. Substantial Completion •1. Substantial completion of the work is defined herein as the point at which the work is complete in all respects except for a few minor items which are to be listed on the contractor's punch list. With the issuance of a substantial completion certificate executed by the center and the contractor, the center will occupy/take possession of the work and operate the installed systems/equipment. Prior to the issuance of an executed substantial completion certificate the contractor shall have had all tests completed, witnessed and approved by the center's authorized representative. The provision of all required training, operating and maintenance manuals, keys and other such requirements specified in this Scope of Work shall be a prerequisite to the contractor's notification requesting a substantial completion walk-through. •2. The contractor shall notify the center in writing at least seven (7) days prior to the estimated date of substantial completion and request a substantial completion walk-through. The letter shall include a dated punch list as developed by the contractor. The purpose of the walk-through is to review the contractor's list for accuracy and to identify any additional items needing completion prior to final acceptance. The contractor, shall, upon receipt of a substantial completion punch list, correct his work as required within fourteen (14) days or until acceptable to the center. The Contracting Officer and/or the designated representative shall perform the substantial completion walk-through. •3. The date of the center's acknowledgment of substantial completion shall establish the date of commencement of the contractor's one (1) year guarantee of workmanship and the manufacturer's product warranties (2 years if work involves roofing). •4. Manufacturer's warranty shall include the following information: •a. Center Name •b. Date of Substantial Completion (warranty commencement date) •c. Date Warranty Expires •d. Description of Warranty Services •e. Serial numbers of equipment under Warranty •B. Final Inspection •1. The contractor shall inform the center in writing at least three days prior to the estimated date of the completion of the work and request a final acceptance inspection. •2. The contractor shall guarantee all workmanship done under this Scope of Work for a period of one year. Prior to final payment, the contractor shall deliver to the center, consent of surety of final payment and release of liens by all subcontractors and material suppliers associated with this project. The center must also receive a completed SF 1413, a copy of which is included in the Pre Award Bid Package, and all certified payroll records, as well as the Sub Contractors Release of Claims. •VI. EXTENT OF WORK Provide a Driver Education program, including classroom and road training, for Job Corps students that is designed to help each student meet the requirements to obtain a driver's license in the State of Rhode Island. •VII. Wage Determination WD 05-2467 (Rev.-14) was first posted on www.wdol.gov on 08/05/2014 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2467 Diane C. Koplewski Division of | Revision No.: 14 Director Wage Determinations| Date Of Revision: 07/25/2014 _______________________________________|____________________________________________ This wage determination applies to the entire state of RHODE ISLAND Excluding the cities and towns in PROVIDENCE county listed below: PROVIDENCE County: Burrillville, Central Falls, Cumberland, Lincoln, North Smithfield, Pawtucket, Smithfield, and Woonsocket ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** 15000 - Instructional Occupations 15090 - Technical Instructor Rate 22.50 ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.02 per hour or $160.80 per week or $696.79 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 10 years, and 4 after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Good Friday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.)(See 29 CFR 4.174)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/Exeterjcc/EXDriversEd1415/listing.html)
 
Place of Performance
Address: Exeter Job Corps, 162 Main Street, Exeter, Rhode Island, 02822, United States
Zip Code: 02822
 
Record
SN03556348-W 20141024/141022234648-a15ce14ceed6a8f87ea2d4796c472b3e (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.