Description: Solicitation F3B7AK6079A100, Promina 800 and Asynchronous Transfer Mode (ATM) Training
This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR 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 âRequest for Quoteâ (RFQ). This solicitation incorporates provisions and clauses in effect through the Federal Acquisition Circular 2005-08 dated 05 Jan 06.
FAR 52.232-18 âAvailability of Fundsâ applies to this solicitation. No legal liability on the part of the Government for any payment may arise until funds are made available to the contracting officer for this contract an until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The Government will award a contract to the responsible contractor whose offer conforms to this RFQ, and will be the most advantageous to the Government.
This solicitation should only be addressed by firms doing business in the United Kingdom or with the ability to conduct business operations in the United Kingdom.
NAICS: 611420 âSoftware Application Trainingâ
Contract Line Item (CLIN) QTY Unit of Issue
CLIN 0001, Promina 800 Training, 1 Class
for up to 10 students
$/£ ______________
CLIN 0002, Asynchronous Transfer 1 Class
Mode Training for up to 10 students
$/£ ______________
The successful offeror must register in the Wide Area Work Flow (WAWF) system immediately after contract award takes place. All payment requests must be submitted through WAWF. Detailed instructions will accompany the contract award.
All interested parties must have the capability to carry out the required training services within the United Kingdom.
Evaluation Criteria: Best value, with technical capability being rated as equal to price.
Contract Type: Firm Fixed Price, Performance-Based work contract.
The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition:
CLAUSES TO BE INCORPORATED BY REFERENCE
52.203-3 Gratuities APR 1984
52.203-6 Restrictions On Subcontractor Sales To The Government JUL 1995
52.203-7 Anti-Kickback Procedures JUL 1995
52.204-4 Printed or Copied Double Sided Paper AUG 2000
52.204-7 Central Contractor Registration OCT 2003
52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, And Other Responsibility Matters DEC 2001
52.212-4 Contract Terms and Conditions--Commercial Items SEP 2005
52.213-2 Invoices APR 1984
52.223-6 Drug-Free Workplace MAY 2001
52.228-3 Worker's Compensation Insurance (Defense Base Act) APR 1984
52.228-4 Workers' Compensation and War-Hazard Insurance Overseas APR 1984
52.229-6 Taxes--Foreign Fixed-Price Contracts JUN 2003
52.232-18 Availability Of Funds APR 1984
52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003
52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984
52.242-13 Bankruptcy JUL 1995
52.245-1 Property Records APR 1984
252.204-7001 Commercial and Government Entity (CAGE) Code Reporting AUG 1999
252.204-7004 Central Contractor Registration Alternate A NOV 2003
252.225-7033 Waiver of United Kingdom Levies APR 2003
252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997
252.229-7006 Value Added Tax Exclusion (United Kingdom) JUN 1997
252.229-7008 Relief From Import Duty (United Kingdom) JUN 1997
252.229-7009 Relief From Customs Duty and Value Added Tax on Fuel (Passenger Vehicles)(United Kingdom) JUN 1997
252.232-7008 Assignment of Claims (Overseas) JUN 1997
252.233-7001 Choice of Law (Overseas) JUN 1997
252.225-7041 Correspondence In English JUN 1997
252.229-7010 Relief From Customs Duty on Fuel (United Kingdom) JUN 1997
252.222-7002 Compliance with Local Labor laws (Overseas) JUN 1997
CLAUSES TO BE INCORPORATED BY FULL TEXT
52.212-1 Instructions to Offerors JAN 2006
52.212-2 Evaluation â Commercial Items JAN 1999
52.212-3 Offeror Representations and CertificationsâCommercial Items MAR 2005
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders â Commercial Items (Deviation) SEP 2005
52.216-1 Type of Contract APR 1984
52.216-18 Ordering OCT 1995
52.216-19 Order Limitations OCT 1995
52.216-22 Indefinite Quantity OCT 1995
52.217-6 Option for Increased Quantity MAR 1989
52.217-8 Option to Extend Services NOV 1999
52.217-9 Option to Extend the Term of the Contract MAR 2000
52.223-3 Hazardous Material Identification and Material Safety Data Sheet JAN 1997
52.232-18 Availability of Funds APR 1984
52.233-2 Service of Protest AUG 1996
52.237-1 Site Visit APR 1984
52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998
52.252-2 Clauses Incorporated by Reference FEB 1998
52.252-5 Authorized Deviations in Provisions APR 1984
52.252-6 Authorized Deviations in Clauses APR 1984
252.212-7000 Offeror Representations and Certifications â Commercial Items JUN 2005
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defence Acquisitions of Commercial Items (Deviation) DEC 2005
252.225-7042 Authorization to Perform APR 2003
252.225-7043 Antiterrorism/Force Protection Policy for Defence Contractors Outside the United States JUN 2005
252.229-7001 Tax Relief JUN 1997
5352.201-9101 Ombudsman
5352.204-9100 Communications Security Review
5535.223-9000 Elimination of Use of Class D Ozone Depleting Substances (ODS) MAY 1996
5352.223-9001 Health and Safety on Government Installations JUN 1997
5352.242-9000 Contractor Access to Air Force Installations JUN 2002
252.201-7000 Contracting Officerâs Representative DEC 1991
252.232-7003 Electronic Submission of Payment Requests JAN 2004
52.249-4 Termination for Convenience, Short Form, Firm Fixed Price Services APR 1984
52.237-3 Continuity of Services JAN 1991
Points of Contact: TSgt. Dave Ouellette, Contracting Specialist, UK Tel 01480 823124, DSN 268-3124, UK Fax 01480 823169, DSN Fax 268-3169, e-mail
[email protected] or Mr. Richard Early, UK tel 01480 823121, e-mail
[email protected]
Quotes and/or Inquiries Must be Submitted no Later Than 16 June 2006, 12:00 p.m. (Noon)
This combined synopsis/solicitation incorporates the following:
Attachment 1 â Performance-Based Work Statement
PERFORMANCE-BASED WORK STATEMENT
Promina 800 Configuration and Maintenance and Asynchronous Transfer Mode (ATM) Training Services
RAF Croughton
1. DESCRIPTION OF SERVICES/GENERAL INFORMATION
1.1. Contractor shall, as a minimum provide hands-on training on Promina 800 and ATM for 20 personnel.
1.2. Promina 800 training shall consist of, at a minimum, identification and installation of Promina hardware modules and generic uses, LEDs, jumpers, switches and cables. Students should learn how to use alarms to identify node and network events, how to query and modify network database parameters, perform node and network diagnostics, monitor network bandwidth usage and find potential network problems.
1.3. ATM training shall consist of, at a minimum, ATM adaptation, standards, layers, trafficking, hardware and operation.
1.4. Training should consist of two classes (one for Promina 800 training, the second for ATM) to train 10 personnel each. Each Promina 800 course should be approximately 5 days in length and each ATM class approximately 4 days.
1.5. Training should be conducted on or about the month of August 2006. The Government reserves the right to reschedule if mission dictates with 30 days advance notice if possible.
1.6. Contractor shall provide 5 Promina 800 nodes, 5 Promina 200/400 nodes, complete with Cell Xpress and SCLX ATM cards, projector, and all training documentation.
1.7. Government Remedies. The contracting officer shall follow FAR 52.212-4, Contract Terms and Conditions-Commercial Items ( (Sep. 2005), for contractorâs failure to perform satisfactory services or failure to correct non-conforming services.
1.8. Employees. The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. In addition, the Contractor shall not employ any person who is an employee of the Department of the Air Force if such employment would be contrary to the policies contained in AFI 64-106. The Contractor is cautioned that off duty active military personnel hired under this contract may be subject to permanent change of station (PCS), change in duty hours or deployment. The abrupt absence of these personnel shall not constitute an excuse for nonperformance under this contract.
1.9. Performance Of Services During Crisis Declared By The National Command Authority Or Overseas Combatant Commander. Contractor access to the installation may be denied during a national emergency or crisis situation called by national command authorities, or overseas combatant commanders. Such circumstances are deemed beyond the governmentâs control and access to the installation may be limited in such circumstances on the basis of public safety and installation security. Should limited access be necessary, the responsible squadron will inform the contractor in writing and identify the date when services may resume, if possible. The contractor will not be held liable for lost time during these situations.
1.10. Special Qualifications. All instructors providing training services shall be properly certified.
1.11. Physical Security. In the interest of installation security, all vehicles and personnel entering and operating on the installation are subject to search at any time.
1.12. Security Requirements. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the installation, shall abide by all security regulations of the installation. When any employee no longer works for the contractor at the installation, the contract manager shall return any government furnished identification card to quality assurance personnel or Security Forces. Contractors shall expect delays entering the base and entry and exit of restricted areas. If, for any reason, Security Forces or any military member detains a contractor or contract employee, the contractor is to comply with their request and is not to become combative or argumentative. Contractors will be offered Antiterrorism Level I training prior to work start. The training will not exceed 30 minutes and will be conducted at RAF Croughton by the Installation Antiterrorism Officer.
1.13. Contractor Furnished Items and Services. Except for those items or services specifically cited in paragraph 3 to be Government-furnished, the Contractor shall furnish everything required to perform this contract in accordance with all of its terms.
1.14. Non-Conforming Services Formula. In conjunction with the Inspection of Services - Fixed Price clause, FAR 52.246-4 and Contract Terms and Conditions -- Commercial Items clause, FAR 52.212-4 the government reserves the right to make a monetary adjustment for non-conforming service and inadequate Quality Control. The Government shall utilize the following method for determining monetary adjustments:
(a) Determine monthly line item cost per unit by using the bid schedule and or contractors pricing documents.
(b) Determine the quantity of the service performed per month.
(c) Determine the quantity of unacceptable service.
(d) Divide the quantity of unacceptable service by quantity of service performed per month.
(e) Multiply the percentage of unacceptable service by the line item cost per month for the monetary adjustment.
2. SERVICES SUMMARY.
PERFORMANCE OBJECTIVE Reference PERFORMANCE THRESHOLD
Identify the relationship of basic facts and state general principles about Promina 800. Para 1.1. â 1.6. 100% student completion with no more than one valid customer complaint per training session/course.
Identify the relationship of basic facts and state general principles about ATM. Para 1.1. â 1.6. 100% student completion with no more than one valid customer complaint per training session/course.
3. GOVERNMENT FURNISHED PROPERTY AND SERVICES.
3.1. LIST CLASSROOMS, EQUIPMENT, SOFTWARE, OTHER SUPPLIES ETC.
The Government will provide the classroom (Bldg 30, Room 66), 10 computer terminals, adequate power outlets for all of the contractorâs equipment, wall for presentation display, a vehicle driven by government officials to transport Promina nodes to and from the contractorâs warehouse before and after the training.
4. Appendices. No appendices.
Bid Protests Not Available