|
COMMERCE BUSINESS DAILY ISSUE OF JULY 11,1996 PSA#1634Federal Bureau of Prisons, United States Penitentiary, Regional
Contracting Office, Leavenworth KS 66048-1254 U -- TEST EXAMINER TO FEDERAL, MALE INMATES SOL RFQ262-0164. Due
073196. POC Mary Upchurch, Contracting Officer, 913-682-8700, extension
611. (I) 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 the notice. This announcement constitutes the
only solicitation; quotes are being requested and written solicitations
will not be issued. (II) This solicitation is issued as Request For
Quote RFQ262-0164. (III) The solicitation document and incorporated
provisions are those in effect through Federal Acquisition Circular
FAC37. (IV) This solicitation is 100% set-aside for small business. It
is advertised as full and open competition with a Standard Industrial
Classification Code (SIC) of 8299, with a size standard of 3.5
million. (V) (Line Item One): The contractor shall be the chief test
examiner for inmates in ESL, ABE, or GED class. This shall be a
nonpersonal service Testing Program for adult, male, federal inmates.
The contractor shall also provide assistance to the USP Education Dept
by recording inmate attendance and provide written reports, scores or
grades to the Education Supervisor. Contractor will report any
infraction of institution rules and regulations on the part of the
inmate to the Education Supervisor. Services to be provided in 3
(three) hour sessions, 10 (ten) sessions per week (not to exceed 30
hours per week). Sessions will be Monday thru Friday from 8:00 am to
11:00 am and 12:05 pm to 3:05 pm, for an estimated 480 sessions for the
estimated contract period of 10/1/96 thru 9/30/97. (VI) Offeror must
have graduated from a four year college or university with good grades.
Extra consideration will be given for any or all of the following:
Correctional experience, a major in special education and graduate
course work in special education. Offeror's will be required to
maintain a system of records for documentation of specific services
performed and will required adherence to the Privacy Act of 1974. (VII)
All contract effort will take place at the United States Penitentiary,
5880 State Highway, 67 South, located in Florence, CO. All program
supplies will be furnished by the Government. The contractor shall
agree to adhere to all regulations prescribed by the institution for
safety, security, custody and conduct of inmates. The awarded
contractor shall attend an orientation session, prior to assuming
contract effort. Reimbursement to the contractor for time spent in the
institution security orientation session, prior to assuming contract
effort. Reimbursement to the contractor for time spent in the
institution security orientation shall be at the contract rate. In
accordance with the Prompt Payment Act, contract payments will be made
monthly, based on sessions received by the Government. For security
reasons, the Government reserves the right to prohibit certain
contractor employees from working under this contract. The contractor's
performance will be monitored by the Contracting Officers Technical
Representative (COTR) in accordance with Justice Acquisition Regulation
(JAR) clause 2852.270-70, ``Contracting Officers Technical
Representative''. Richard Nygren, Teacher, BOP, Education Department,
USP Florence, Florence, CO, (719) 784-9423, Ext 5160, is hereby
designated to act as COTR under this contract. The COTR is responsible
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 contract 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, prior to forwarding the
original invoice to the payment office and a confirmed copy to the
Contracting Officer. The COTR does not have the authority to alter the
contractor's obligations under the contract, direct changes that fall
within the purview of the General Provisions clause, entitled
``Changes'' and/or modify any of the expressed terms, conditions,
specifications, or cost to the Government. 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
in writing with a signed modification. (VIII) FAR Clause 52.212-1
Instructions to Offerors-Commercial is hereby included by reference.
The following are addenda to FAR clause 52.212-1: At paragraph (c),
Period of Acceptance of Offers, the amount of time an offeror msut hold
its prices firm is hereby changed. An offeror must hold the prices in
its proposal, firm for 60 calendar days from the date specified for
receipt of proposals. Paragraph (e) multiple offers has been determined
by the Contracting Officer to be non-acceptable to this solicitation
and is hereby removed in its entirety for the purpose of this
requirement. Evaluation factors for Award: Offerors are advised that
proposals shall be evaluated without discussions. Award might be made
to the responsible offeror whose proposal is responsive to the terms of
the RFQ and is most advantageous to the government. Business
references: In accordance with FAR supbart 9.104-1, each offeror is
required to provide information on a reasonable number of recent and
relevant contracts for the same or similar items, as well as the
offeror's primary financial institution, to include contract numbers,
points-of-contact, telephone numbers and any other relevant
information, which will be used by the Contracting Officer to make a
responsibility determination about a prospective offeror. FAR provision
52.212-3 Offeror Representations and Certifications-Commercial Items,
shall be completed and submitted with the proposal. FAR clause
52.212-4, Contract Terms and Conditions-Commercial Items, hereby
applies to this solicitation. The following are addenda to FAR clause
52.212-4 (1) The following FAR clauses are hereby incorporated by
reference: 52.232-18 Availability of Funds, 52.203-3 Gratuities,
52.224-1 Privacy Act Notification, 52.224-2 Privacy Act, 52.225-11
Restrictions on Certain Foreign Purchases, 52.228-5 Insurance - Work on
a Government Installation, 52.237-2 Protection of Government Buildings,
Equipment and Vegetation, Justice Acquisition Regulation (JAR) clause
2852.270-70, Contracting Officer's Technical Representative. FAR
clauses are hereby incorporated in full text: FAR 52.216-1 Type of
Contract: The Government contemplates award of a Firm-Fixed Price
Contract resulting from this solicitation; The following terms and
conditions are hereby incorporated: Security Requirements: A security
file will be maintained on each of the contractor's employees for the
contract duration. The following information will be maintained in the
file: National Crime Information Center Check (DOJ-99); fingerprint
check (FD-258); authority for release of information (OPM-329A); and
urinalysis test results, all in accordance with the Bureau of Prisons
(BOP) Program Statement 3000.02. Justice Acquisition Regulation (JAR)
clause 2852.270-70, Contracting Officer's Technical Representative.
(IX) FAR Provision 52.212-2 applies to this solicitation and the
following evaluation criteria (arranged in their relative order of
importance) are hereby incorporated: Teaching and related experience,
formal education (graduate from a four year college or university
required), cost and certifications. (X) Offerors must include a
completed copy of the FAR provision 52.212-3 Offeror Representations
and Certifications - Commercial Items, with their proposals. (XI) FAR
clause 52.212-4 applies to this solicitation. (XII) FAR clause 52.212-5
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items hereby applies to this acquisition.
In accordance with FAR clause 52.212-5, the following clauses are
hereby incorporated by reference: 52.203-6 Restrictions on
Subcontractor Sales to the Government, Alternate I; 52.203-10 Price or
Fee Adjustment for Illegal or Improper Activity; 52.219-8 Utilization
of Small Business Concerns and Small Disadvantaged Business Concerns;
52.222-5 Affirmative Action for Special Disabled and Vietnam Era
Veterans; 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35
Affirmative Action for Special Disabled and Vietnam Era Veterans (38
USC 4212), 52.222-36 Affirmative Action for Handicapped Workers;
52.222-37 Employment Reports on Special Disabled Veterans and Veteran
of the Vietnam Era; and 52.225-19 European Community Sanctions for
Services. (XIII) Offers in original and two (2) copies shall be
received at United States Penitentiary, Regional Contracting Office,
1300 Metropolitan Avenue, Leavenworth KS 66048-1254, Attention Mary
Upchurch, Contracting Officer, by 2:00 pm local time, 073196. All
offers shall be clearly marked with the offeror's name and RFQ number.
(XVII) For additional information, questions and availability of
forms, etc., please contact Mary Upchurch, Contracting Officer at
913-682-8700, extension 611, or the mailing address shown for
submission of proposals. (190) Loren Data Corp. http://www.ld.com (SYN# 0123 19960710\U-0001.SOL)
U - Education and Training Services Index Page
|
|