News

AFICA- Test Administrator

Type of document: Contract Notice
Country: United States

AFICA- Test Administrator

Agency:
Department of the Air Force

Official Address:
2402 Vandenburg McGuire AFB NJ 08641

Zip Code:
08641

Contact:
Mary E. Saunders, Contracting Specialist, Phone 6097545461, Email mary.saunders.3@us.af.mil тАУ Christine T. Lehtinen, Contracting Officer, Phone 6097544713, Fax 6097544642, Email christine.lehtinen@us.af.mil

Link:

Date Posted:
14/03/2018

Classification:
U

Contract Description:
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

Solicitation number FA4484-18-Q-0007 is being issued as a Request for Quote (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 (effective 6 Nov 17) and Defense Federal Acquisition Regulation Supplement 20171228 (effective 28 Dec 17). It is the contractorsтАЩ responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as small business set-aside.  The North American Industrial Classification System Code is 611710 with a small business size standard of $15 million. The government intends to issue a fixed price purchase order with one base year and four 12 month option years.  The period of performance for this effort is 1 June 2018 to 31 May 2019 and four option years.  Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows:

CLIN 0001 -The Test Administrator will provide the necessary support to the Education and Training Section at Joint Base McGuire-Dix Lakehurst in accordance with the Performance Work Statement.
Period of Performance:  1 June 2018 тАУ 31 May 2019  
Monthly Price $_________________    
TOTAL for 12 Months:  $ ____________________

CLIN 1001 тАФ The Test Administrator will provide the necessary support to the Education and Training Section at Joint Base McGuire-Dix Lakehurst in accordance with the Performance Work Statement. 
Period of Performance:  1 June 2019 тАУ 31 May 2020  
Monthly Price $_________________    
TOTAL for 12 Months:  $ ____________________

CLIN 2001 тАФ The Test Administrator will provide the necessary support to the Education and Training Section at Joint Base McGuire-Dix Lakehurst in accordance with the Performance Work Statement.
Period of Performance:  1 June 2020 тАУ 31 May 2021  
Monthly Price $_________________    
TOTAL for 12 Months:  $ ____________________

CLIN 3001 тАФ The Test Administrator will provide the necessary support to the Education and Training Section at Joint Base McGuire-Dix Lakehurst in accordance with the Performance Work Statement
Period of Performance:  1 June 2021 тАУ 31 May 2022  
Monthly Price $_________________    
TOTAL for 12 Months:  $ ____________________

CLIN 4001 тАФ The Test Administrator will provide the necessary support to the Education and Training Section at Joint Base McGuire-Dix Lakehurst in accordance with the Performance Work Statement
Period of Performance:  1 June 2022 тАУ 31 May 2023  
Monthly Price $_________________    
TOTAL for 12 Months:  $ ____________________
 


TOTAL PRICE:  $ ________________________________

QUOTES DUE DATE:  All quotes are due no later 5 Apil 2018 at 1:00 PM.  Quotes may be emailed to mary.saunders.3@us.af.mil, or mailed 87th Contracting Squadron, Attn:  Ms. Mary Saunders, 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, NJ 08641. 

QUOTATION PREPARATION INSTRUCTIONS: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the competitive lowest price technically acceptable selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Price, and (2) Technical.

ATTACHMENTS: 

1. Federal Acquisition Regulation 52.212-3, Alternate 1 to be filled out by all offerors.

2. Burlington County Wage Determination 2015-4191 Rev 5 dated 10 Jan 2018.

3. Security Forces Squadron Appendix.

4. Anti-terrorism statement.

5. Medical statement.

APPLICABLE PROVISIONS AND CLAUSES: Clauses and provisions incorporated by reference may be accessed via the Internet at or

Federal Acquisition Regulation:

52.204-7  System for Award Management,

52.204-13  System for Award Management Maintenance,

52.204-16  Commercial and Government Entity Code Reporting

52.204-18 Commercial and Government Entity Code Maintenance

52.204-20 Predecessor of Offeror

52.212-1 Instructions to Offerors- Commercial Items,

ADDENDUM 52.212-1

A.  To assure timely and equitable evaluation of offers, offerors must follow the instructions contained herein.  Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors.  Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.  The response shall consist of two (2) separate parts; Part I тАУ Price and Part II тАУ Technical

B.  The contracting officer has determined there is a high probability of adequate price competition in this acquisition.  Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officerтАЩs opinion, adequate price competition exists, no additional data will be requested and certification under FAR 15.406-2 will not be required.  However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit cost data to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price.

C.  Specific Instructions:

1.  PRICE:  Insert proposed unit and extended prices for each Contract Line Item Number (CLIN).  The extended amount must equal the whole dollar unit price multiplied by the number of units.

2.  TECHNICAL:  Offerors shall address experience which meets or exceeds the GovernmentтАЩs minimum qualification requirements in paragraph 2 of the performance work statement. These qualifications include:  Must have a baccalaureate degree from an accredited college recognized by the U.S. Department of Education; one year experience administering standardized educational and military testing programs and knowledge of Air Force terminology, office procedures, and education programs plus familiarity with WINDOWS Operating System (OS), Microsoft Office Suite 2013, Internet Explorer, Mozilla Firefox, and Google Chrome.

General Information

FEDERAL HOLIDAYS: The following Federal Legal Holidays are observed by this base:

New YearтАЩs Day 1 January

Martin Luther KingтАЩs Birthday Third Monday in January

Presidents Day Third Monday in February

Memorial Day Last Monday in May

Independence Day 4 July

Labor Day First Monday in September

Columbus Day Second Monday in October

Veterans Day 11 November

Thanksgiving Day Fourth Thursday in November

Christmas Day 25 December

52.212-2 Evaluation- Commercial Items

ADDENDUM 52.212-2

a. Basis for Contract Award

This is a Lowest Price Technically Acceptable (LPTA) award decision conducted in accordance with Federal Acquisition Regulation (FAR) 15, Contracting by Negotiation, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Air Force Federal Acquisition Regulation Supplement (AFFARS).  These regulations are available electronically at the Air Force (AF) FARSite,   The Government will select the proposal with the lowest evaluated price from among those meeting the acceptability standards for non-price factors.  A contract may be awarded to the offeror who is deemed responsible in accordance with the FAR Part 9.1, as supplemented, whose quote conforms to the solicitationтАЩs requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this solicitation) and is judged to represent the lowest price technically acceptable quote. 

b. Solicitation Requirements, Terms and Conditions

Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as factors or subfactors.  Failure to comply with the terms and conditions of the solicitation may result in the offeror being ineligible for award.  Offerors must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale.  The Government reserves the right to determine any such exceptions unacceptable.

c. Technical Factor

The GovernmentтАЩs technical evaluation team shall evaluate the technical proposals on an acceptable or unacceptable basis.  An  тАЬUnacceptableтАЭ rating will render the entire quote unacceptable and, therefore, unawardable.  Technically acceptable is defined as providing documentation that they meet or exceed the qualifications in paragraph 2 of the performance work statement.  Offerors must provide documentation of this technical performance.  Offerors who fail to provide this documentation will render their quote unacceptable. 

52.212-4 Contract Terms and Conditions тАУ Commercial Items,

52.217-5 Evaluation of Options

52.217-9 Option to Extend the Term of the Contract

52.232-18 Availability of Funds

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.228-5 Insurance тАУ Work on a Government Installation


ADDENDUM TO FAR 52.228-5
 

1. The required workmenтАЩs compensation insurance shall extend to cover employerтАЩs liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000.

2. General liability insurance of at least $500,000 per occurrence and property damage liability of at least $20,000 per occurrence. 

3. Automobile liability insurance shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage, covering the operation of all automobiles used in connection with the performance of the contract.  At least the minimum limits of $200,000 per occurrence for property damage shall be required. 

The amount of coverage on all policies shall be commensurate with any state and local requirements and shall be sufficient to meet normal and customary claims.

52.252-1 Solicitations Provision Incorporated by Reference ()

52.252-2 Clauses Incorporated by Reference ()

252.203-7000 Requirements Relating to Compensation of Former DOD Officials,

252.203-7002 Requirement to Inform Employees of Whistleblower Rights

252.203-7005 Representation Relating to Compensation of Former DOD Officials

252.204-7004 Alternate a, System for Award Management

252.204-7012 Safeguarding of Unclassified Controlled Technical Information

252.225-7048 Export-Controlled Items

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports,

252.232-7006 Wide Area Workflow Payment Instructions

252.232-7010 Levies on Contract Payments,

5352.223-9001 Health and Safety on Government Installations

5352.201-9101 Ombudsman 

The following provisions/clauses are applicable to FAR 52.212-5:

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

52.209-6 Protecting the GovernmentтАЩs Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.

52.222-19 Child Labor-Cooperation with Authorities and Remedies

52.222-21 Prohibition of Segregated Facilities

52.222-26 Equal Opportunity

52.222-35 Equal Opportunity for Veterans

52.222.36 Equal Opportunity for Workers with Disabilities

52.222-37 Employment Reports on Veterans

52.222-40 Notification of Employee Rights under the National Labor Relations Act

52.222-50 Combating Trafficking in Persons,

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving,

52.225-13 Restrictions on Certain Foreign Purchases,

52.232-33 Payment by Electronic Funds Transfer-System for Award Management.

ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the GovernmentтАЩs ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.


 PERFORMANCE WORK STATEMENT
FOR
TEST ADMINISTRATOR
AT
JOINT BASE MCGUIRE-DIX-LAKEHURST,
 NEW JERSEY
87th ABW/HC

1. DESCRIPTION OF SERVICES: The non-personal services Test Administrator (TA) supports Joint Base McGuire-Dix-Lakehurst (JBMDL) Air Force Education and Training Section. The TA supports voluntary off-duty education program and mandatory upgrade training requirements. Tests include but are not limited to:  Defense Activity for Non-traditional Education Support (DANTES), Federal Aviation Administration (FAA), Professional Military Education (PME), Defense Language Proficiency Tests (DLPT), Defense Language Aptitude Battery (DLAB), Armed Forces Classification Test (AFCT), Air Force Reading Abilities Test (AFRAT), Career Development Course (CDC), Typing Test, and Type 6 Exams. 

 

2. QUALIFICATIONS: The TA must have a baccalaureate degree from an accredited college recognized by the U.S. Department of Education.  The selected individual must have one year experience administering standardized educational and military testing programs.  Excellent customer service and verbal communication skills are essential.  Must have knowledge of Air Force terminology, office procedures, and education programs plus familiarity with WINDOWS Operating System (OS), Microsoft Office Suite 2013, Internet Explorer, Mozilla Firefox, and Google Chrome.

 

3. PRIMARY TASKS:

a.
TA will provide constant visual supervision throughout the entire testing session. 

b. T
A will prepare the testing room and complete the Daily Testing Checklist.

c. Tests will be administered in accordance with instructions provided in Air Force Instructions, DANTES Examination Program Handbook (DEPH), Air University (AU) A4/6 E-Exam TCO guides, FAA Order 8080.6E Conduct of Airman Knowledge Tests, and any other TCO/Alternate TCO (ATCO) instructions/guidelines to ensure no possibility of test compromise.

d.
Work Hours:  Twenty hours per week; Monday, Tuesday, and Wednesday; 0830- 1230. Thursday 0830- 1700 (includes a 30 minute non-paid lunch break).  Testing will not occur on Federal holidays, weekends, or military down days. 

 

4. RELATED ADMINISTRATIVE TASKS:  The following tasks are elements of performance in the non-personal services contract, which must be performed in conjunction with and in addition to TA.

a. Authorized examinees that may be tested include active duty military, Reserve and National Guard members, Department of Defense (DOD) civilians, United States (U.S.) military retirees, and their adult family members.  Individual must possess the applicable Common Access Card (CAC) or U.S. Uniformed Services Identification and Privilege Card.

b. Check room prior to testing to ensure proper spacing between desks and with adequate lighting, heat, or air conditioning exist.  Ensure testing office and testing room are kept in a condition conducive to good test performance. 

c. Remove all scheduled test exams from safe prior to start of each test session.

d. Verify the studentтАЩs eligibility to test using the Course Development and Student Administration/Registrar system (CDSAR) database and Air University Student Information System (AUSIS) for applicable exams.   Log each member onto the e-exam program and unlock the authorized exam prior to the start of each test session.

e. Require all examinees to present official military or picture identification (for authorized civilian testers) before allowing them to test (i.e. CAC, Passport or state photo DriverтАЩs License)

f. Check test materials for marks/missing pages before issuing material to students.

g. Maintain official test log showing the individualтАЩs name, the test title and the start and stop times for all test intervals.   Ensure each examinee verifies their information and signs the log prior to testing.

h. Instruct all examinees at the beginning of each session as follows:

           1. To read carefully and follow instructions exactly as they are printed in the test booklet or in the student e-exam guide.

           2. To adhere to any prescribed time limits. The TA will ensure that all timing limits are adhered to and the examinee is aware of the time requirements for each test.

i. Review each answer sheet as it is submitted by the examinee to ensure proper    completion.

j. Check each reusable answer booklet as it is returned for pencil marks and erase them completely. Check all booklets for missing pages and enter the time they are returned in the test log.

k. Complete security container (safes) and test office security forms when opening and upon closing the testing room and safes.  Ensure no money, supplies, forms, envelopes, inventories, brochures or booklets are stored in the safes.

l. Lock the safes and inner testing office doors and windows before leaving the testing office.

m. Package completed answer sheets, tests, certified checks or money orders, and any unused tests that may need to be returned, for mailing to the various testing agencies, according to the instructions for each type of test.  All documents required for mailing will be fully completed by the TA, except for the TCO/ATCO signature, prior to final check and package/envelope sealing.

n. Batch and transfer electronic data files to AU A4/6 in accordance with published procedures.

o. Inform Test Center Manager or Supervisor immediately of any irregularities, which may represent the potential for a test compromise or complaint from a testing candidate.

p. Maintain a clean test room; wipe table/desk tops clean, dust, and vacuum carpet once a week.

q. Complete all required Air Force training to gain access to applicable on-line systems and databases.

5. REFERENCES: AFI-36-2306, AU A4/6 TCO Guide, FAA Order 8080.6E, and the DANTES Examination Program Handbook.

 

6. SECURITY REQUIREMENTS FOR UNCLASSIFIED CONTRACTS:

a. Security Training. The contractor receives initial and recurring security education training from the sponsoring agencies. Training must be conducted IAW DOD 5200.1-R, Information Security Program Regulation, and AFI 31-401, тАЬInformation Security Program ManagementтАЭ.

b. Pass and Identification Items. The contractor shall ensure the pass and identification items required for contract performance are obtained including personal and privately owned vehicles in accordance with the current Security Forces Appendix.  

c.
Traffic Laws. The contractor shall comply with base traffic regulations.

d. Key Control.  The contractor shall establish and implement methods of making sure office keys issued to the contractor by the Government are not lost or misplaced and are not used by unauthorized persons. The contractor shall not duplicate any keys issued by the government.

e. Lock Combinations. The contractor shall control access to all government provided lock combinations to preclude unauthorized entry.  The contractor is not authorized to change lock combinations or record lock combinations.   Records with written combinations to authorized secure storage containers, secure storage rooms, or certified vaults shall be marked and safeguarded at the highest classification level as the classified material maintained inside the approved containers.


7. SPECIAL REQUIREMENTS:

a. Contractor must successfully complete the Examination for DANTES Testing Personnel and DANTES Test AdministratorтАЩs Instructional Course within the first 30 days of hire. 

b. Contractor will review the Test Security is Your Responsibility training module annually in accordance with DANTES requirements.

c. Contractor must remain physically present during each test session for the entire test session unless relieved by an appropriate authority.

d. The contractor must initiate a request for a National Agency security check prior to the start of contracted job.

8. MATERIALS AND EQUIPMENT: The government will provide all necessary equipment, supplies, and materials to include workstations, computer (with internet access), telephone, and other materials and equipment mutually agreed to fulfill the requirements of this contract.

9. NON-PERSONAL SERVICES AND/OR INHERENTLY GOVERNMENTAL SERVICES. The Government will neither supervise contractor employees nor control the method by which the contractor performs the required tasks. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor feels that any actions constitute, or are perceived to constitute personal services, it shall be the contractorтАЩs responsibility to notify the PCO immediately. These services shall not be used to perform work of a policy/ decision making or management nature, (e.g. inherently governmental functions). All decisions relative to programs supported by the contractor shall be the sole responsibility of the Government.   

Response Date:
040518

Sol Number:
FA4484-18-Q-0007

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy