Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1999 PSA#2424

USPFO 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