|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1999 PSA#2424USPFO for Missouri, Purchasing and Contracting, 7101 Military Circle,
Jefferson City, MO 65101-1200 U -- AUTOMATION TRAINING SOL DAHA23-99-Q-0129 DUE 100499 POC CPT Karen
A. Smith, (573)526-9998 E-MAIL: smithka@mo-arng.ngb.army.mil,
smithka@mo-arng.ngb.army.mil. 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.
This solicitation is issued as a Request for Proposal (RFP) and the
solicitation number is DAHA23-99-Q-0129. Solicitation document and
incorporated provision and clauses are current through Federal
Acquisition Circular 97-13. This is being solicited on an unrestricted
basis with SIC code 8999. The period of performance is projected to be
1 November 1999 through 31 October 2000. Site visit to be held at Ike
Skeleton Training Site (ISTS), Jefferson City, Missouri on 22 September
1999 at 10:00 a.m. If interested in attending the site visit, send
e-mail response to smithka@mo-arng.ngb.army.mil and reference the
solicitation number (DAHA23-99-Q-0129)/Automation Training in the
subject line. Contractor to provide automation training to government
employees at various government specified locations within the United
States. The following is a representative list of government locations
(not an entire list): Jefferson City, MO and various locations
throughout the state of Missouri, Iowa, Texas, and Nevada. The
government will provide the hardware and classroom(s) for all
instruction. Additionally, government provided lodging and travel will
be provided when possible. Contractor shall be capable of providing
qualified and certified instruction for all courses with a fifteen (15)
day notification of class start time. The contractor, acting as an
independent contractor and not as an agent of the Government, shall
furnish all personnel, management, instruction manuals, class
rosters/certificates, and critique sheets to provide the following
courses: Introduction to Outlook 97 (1 day), Intermediate Outlook 97(1
day), Introduction to Microsoft Office 97 (5 days), Intermediate
Microsoft Office 97 ( 5 days), Advanced Microsoft Office 97 ( 5 days),
Microsoft Networking Essentials (578) ( 2 days), Administering Windows
NT 4.0 (803) ( 3 days), Supporting MS Windows NT 4.0 Core Technologies
(922) ( 3 days), Supporting MS NT Server 4.0 Enterprise Technologies
(689) ( 5 days), Internetworking MS TCP/IP on Windows NT 4.0 (688) ( 5
days), System Administration for Microsoft SQL Server 6.5 (867) ( 5
days), Implementing a Database Design SQL Server (750) (5 days), System
Administration for MS SQL Server 7.0 (832) (5 days), Implementing a
Database on MS SQL Server 7.0 ( 5 days), Creating and Managing a Web
Server using MS Internet Information Server 4.0 (936) ( 3 days), Secure
Web Access using Microsoft Proxy Server 2.0 (836) ( 2 days), Oracle
Database Administration (5 days), Introduction to Cisco Router
Configuration (5 days), Advanced to Cisco Router Configuration (5
days), Visual Basic 6.0 Development (1013) ( 5 days), and Visual Inter
Dev 6.0 (1017) (5 days). Contractor must be able to provide
instruction for all courses; all courses need to be resident courses,
not self-study. Class size will be a minimum of 6 students and maximum
of 16 students. Contractor to bill per student for actual class size
at first day of class. (Contractor is guaranteed billing for the
minimum of 6 students per class irregardless of actual class size).
This will be an indefinite-delivery-indefinite quantity (IDIQ),
contract utilizing Firm-Fixed Price (FFP) Task Orders in accordance
with FAR 16.500. Total contract dollars placed against all Task Orders
to be issued under the contract shall not exceed $500,000.00. The
guaranteed minimum is $10,000.00. The Government intends to evaluate
proposals and award a contract without discussions with offerors. The
Government reserves the right to conduct discussions if later
determined by the Contracting Officer to be necessary. Should
discussions be deemed necessary due to proposal weakness, deficiency,
or other issues, which must be addressed before award, they will be
conducted either orally or in writing,with only those offerors
determined to be in the competitive range. The offeror will then be
given the opportunity to correct those deficiencies and resubmit their
offer. The Government will select the technically acceptable, low cost
offeror. Cost will be evaluated by considering the price per student
cost times average number of students projected to attend the class
during the performance period. All offerors shall submit two (2) copies
of the following information: (1) Technical proposal addressing ability
to provide qualified instruction on all classes and statement that
offeror will provide certified instruction for all courses, experience
instructing the specific classes, confirmation that all classes are
resident courses, not self-study, ability to provide instructors at the
government site, willingness to accept government provided lodging, and
ability to execute instruction given a 15 day lead time (i.e. execute
class in 15 days from date of award). Limit technical proposal to 8
pages. Additional pages will not be considered. (2) Cost proposal-
include a firm-fixed price-PER STUDENT PRICE for the following CLINS
(based on a minimum guaranteed class size of 6 students): 0001-
Introduction to Outlook 97, 0002- Intermediate Outlook 97, 0003-
Introduction to Microsoft Office 97, 0004-Intermediate Microsoft Office
97, 0005-Advanced Microsoft Office 97, 0006 Microsoft Networking
Essentials (578), 0007- Administering Windows NT 4.0 (803), 0008-
Supporting MS Windows NT 4.0 Core Technologies (922), 0009- Supporting
MS NT Server 4.0 Enterprise Technologies (689), 0010- Internetworking
MS TCP/IP on Windows NT 4.0 (688), 0011-System Administration for
Microsoft SQL Server 6.5 (867), 0012-Implementing a Database Design SQL
Server (750), 0013- System Administration for MS SQL Server 7.0 (832),
0014-Implementing a Database on MS SQL Server 7.0, 0015- Creating and
Managing a Web Server using MS Internet Information Server 4.0 (936),
0016-Secure Web Access using Microsoft Proxy Server 2.0 (836),
0017-Oracle Database Administration, 0018-Introduction to Cisco Router
Configuration, 0019- Advanced to Cisco Router Configuration, 0020-
Visual Basic 6.0 Development (1013), 0021-Visual Inter Dev 6.0 (1017)
and 0022- Average burdened labor rate for instructor in transit-travel
time. Additional CLINS in the contract include 0023- Travel Costs-
includes per diem & travel costs (to be priced separately on each
delivery order based on availability of government lodging/invitational
travel orders; travel costs to be in accordance with Joint Travel
Regulations). (3) Past Performance proposal- submit 3 references of
similar work to include description of work, point(s) of contact, and
telephone number. Include a completed copy of the provision at FAR
52.212-3, Offeror Representation and Certifications- Commercial Item.
FAR Clause 52.212-4 Contract Terms and Conditions applies to this
acquisition. FAR Clause 52.212-5 Contract Terms and Conditions Required
to Implement Statutes or Executive Orders -- - Commercial Items applies
to this acquisition. FAR 52.237-2, Protection of Government Buildings,
Equipment and Vegetation applies to this acquisition. DFARS
252.212.7001 Contract Terms and Conditions to implement Statutes or
Executive orders Applicable to Defense Acquisitions of Commercial
Items, 252.225-7001 & 252.225-7036 apply to this acquisition. FAR 52.
232-18, Availability of Funds applies to this acquisition. The
following contract clauses apply to this acquisition: FAR 52.202-1, FAR
52.203-6, FAR 52.203-7, FAR 52.204-4, FAR 52.216-18, FAR 52.216-24, FAR
52.216-25, FAR 52.222-41, FAR 52.223-13, and FAR 52.223-14. Department
of Labor Wage Determination No.94-2309 Rev 15 applies to this
solicitation. Proposals are due on 4 October 1999 at 1000 hours. Mail,
or fax proposals will be acceptable. Mail proposals to USPFO for
Missouri, Purchasing and Contracting (Attn: CPT Karen A. Smith), 7101
Military Circle, Jefferson City, MO 65101-1200. Fax number is
(573)526-9992. Posted 08/31/99 (W-SN374912). (0243) Loren Data Corp. http://www.ld.com (SYN# 0100 19990902\U-0001.SOL)
U - Education and Training Services Index Page
|
|