May 9, 2016

Dear Prospective Quoter:

SUBJECT: Solicitation Number SBN15016Q0007 – English Language Teaching Services.

The Embassy of the United States of America Cotonou invites you to submit a quotation for English Language Teaching Services for LE Staff.

Enclosed is a Request for Quotation (RFQ) for English teaching services at NEC. If you would like to submit a proposal, follow the instructions in Section 4 of the solicitation and complete the required portions of the Standard Form 1449.

Your quotation must be submitted in a sealed envelope marked "Quotation Enclosed" to the attention of:

General Services Officer

Boulevard de la Marina,

01 BP 2012, Cotonou, Benin

On or before 10:00am local time on Mai 20, 2016. No quotation will be accepted after this time. Embassy encourages submission of electronic version to the email address cited above.

In order for a quotation to be considered, you must also complete and submit the following:

1.SF-1449

2.Section 1 pricing;

3.Section 5, Representations and Certifications;

4.Additional information as required in Section 3.

The successful offeror(s) will be required to have a DUNS number and be registered in SAM/CCR through the following sites: DUNS – and SAM/CCR .

Direct any questions regarding this solicitation to the Contracting Officer Amber J McCoy by letter or by telephone number +229 21-300-650 during regular business hours or by email at .

Sincerely,

Amber J McCoy

Contracting Officer

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS

OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 / 1. REQUISITION NUMBER / PAGE 1 OF 54
2. CONTRACT NO. / 3. AWARD/EFFECTIVE DATE / 4. ORDER NUMBER / 5. SOLICITATION NUMBER
SBN15016Q0007 / 6. SOLICITATION ISSUE DATE
05/09/2016
7. FOR SOLICITATION
INFORMATION CALL: / a. NAME / b. TELEPHONE NUMBER(No collect calls) / 8. OFFER DUE DATE/ LOCAL TIME 05/20/2016 @ 10:00am
9. ISSUED BY CODE / 10. THIS ACQUISITION IS / UNRESTRICTED OR / SET ASIDE:____ % FOR:
American Embassy Cotonou / SMALL BUSINESS / WOMEN-OWNED SMALL BUSINESS
General Services Office
01 BP 2012 / HUBZONE SMALL
BUSINESS / (WOSB) ELLIGIBLE UNDER THE WOMEN-OWNED
SMALL BUSINESS PROGRAM NAICS:
Cotonou, Benin / SERVICE-DISABLED
VETERAN-OWNED
SMALL BUSINESS / EDWOSB
8 (A) / SIZE STANDARD:
11. DELIVERY FOR FOB DESTINAT-
TION UNLESS BLOCK IS
MARKED
SEE SCHEDULE / 12. DISCOUNT TERMS / 13a. THIS CONTRACT IS A
RATED ORDER UNDER
DPAS (15 CFR 700) / 13b. RATING
14. METHOD OF SOLICITATION
RFQ IFB RFP
15. DELIVER TO / CODE / 16. ADMINISTERED BY / CODE
General Services Office
American Embassy Cotonou
17a. CONTRACTOR/
TELEPHONE NO. / CODE / FACILITY CODE / 18a. PAYMENT WILL BE MADE BY
Financial Management Office
American Embassy Cotonou
Email: / CODE
17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN
OFFER / 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK
BELOW IS CHECKED SEE ADDENDUM
19.
ITEM NO. / 20.
SCHEDULE OF SUPPLIES/SERVICES / 21.
QUANTITY / 22.
UNIT / 23.
UNIT PRICE FCFA / 24.
AMOUNT XOF
001 / English Teaching Services Base period / 600 / Session
25. ACCOUNTING AND APPROPRIATION DATA / 26. TOTAL AWARD AMOUNT (For Govt. Use Only)
27a.SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA / ARE ARE NOT ATTACHED
27b.CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA / ARE ARE NOT ATTACHED
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _02_ COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. / 29. AWARD OF CONTRACT: REF. ______OFFER DATED ______.YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:
30a. SIGNATURE OF OFFEROR/CONTRACTOR / 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)
30b. NAME AND TITLE OF SIGNER (Type or print) / 30c. DATE SIGNED / 31b. NAME OF CONTRACTING OFFICER (Type or print) / 31c. DATE SIGNED

TABLE OF CONTENTS

Section 1 - The Schedule

  • SF 1449 cover sheet
  • Continuation To SF-1449, RFQ Number SBN15016Q0007, Prices, Block 23 & Block 20

Section 2 - Contract Clauses

  • Contract Clauses
  • Addendum to Contract Clauses - FAR and DOSAR Clauses not Prescribed in Part 12

Section 3 - Solicitation Provisions

  • Solicitation Provisions
  • Addendum to Solicitation Provisions - FAR and DOSAR Provisions not Prescribed in Part 12

Section 4 - Evaluation Factors

  • Evaluation Factors
  • Addendum to Evaluation Factors - FAR and DOSAR Provisions not Prescribed in Part 12

Section 5 - Representation and Certifications

  • Representation and Certifications
  • Addendum to Offeror Representations and Certifications - FAR and DOSAR Provisions not Prescribed in Part 12

SECTION 1 - THE SCHEDULE

CONTINUATION TO SF-1449 COVER PAGE, RFQ NUMBER S-BN15016Q0007

PRICES, BLOCK 23 & BLOCK 20

1. Price and Payment

1.1Pricing

The Contractor shall provideEnglish teaching services to American Embassy Cotonou Local Engaged Employees. The session shall be for one hour in length and 12 times a week, with one additional office hour each other week. This makes to 50 hours total per month. The classes should be scheduled between Monday and Thursday and the office hour on Fridays, all during normal working hours. Classes will consist of maximum of eight (8) and a minimum of three (3) students. This means that when the number of students drops below three, that class is discontinued. The formats of classes are: Beginners, Intermediates and Advanced.

This is a Firm Fixed Price Contract. The Contractor shall complete all services required under this contract and will be paid a firm fixed price per session. The listed price below shall include all labor, material, overhead and profit. No other price will be paid. All prices are in local currency and the Government will make payment in local currency.

Base Period:

The fixed price, maximum of 12 sessions per week and ceiling pricing for the base period of the contract are:

Maximum number of session per year / Rate per session / Extended Amount XOF
600
TOTAL

First Option Year:

The fixed price, maximum of 12 sessions per week and ceiling pricing for the first option period of the contract are:

Maximum number of session per year / Rate per session / Extended Amount XOF
600
TOTAL

Second Option Year:

The fixed price, maximum of 4 sessions per week and ceiling pricing for the second option period of the contract are:

Maximum number of session per year / Rate per session / Extended Amount XOF
600
TOTAL

Grand Total Cost of the Contract:

Base Year:XOF

1st Option Year:XOF

2nd Option Year:XOF

------

Grand Total:

1.2Payment

The Contractor shall not submit an invoice for payment until all requirements identified in this contract have been completed and delivery to the COR is complete. The COR shall calculate the number of words which the contractor shall include in its invoice. The Contractor shall submit an invoice (including signed attendance sheets) for payment on monthly basis. The COR shall verify that all charges assessed correspond to actual classes provided during the month. Payment will be made by Financial Management Office within 30 calendar days after receipt of the invoice at:

Financial Management Office

American Embassy Cotonou

Boulevard de la Marina

Email:

The COR will approve the invoice and forward to the FMO for log in of receipt and process payment.

Definitions

"COR" means Contracting Officer's Representative; see FAR 52.212-4 Contract Terms and Conditions – Commercial Items, in Section 2.

"Government" means the United States Government unless otherwise stated.

2.Performance Work Statement

The Contractor shall provide English language instruction to adult students and shall provide lessons in an office, or classroom setting based on customized curricula, whose goal is to give students the language skills they need to better accomplish their daily work-related tasks. The English instructional will focus mostly on report-writing, conversational English, for preparing learners to communicate effectively with American English for their specialized needs, such as drivers, maintenance, warehouse, and janitor and personnel, typically found in mass-media publications for English language speaking public. The Contractor shall develop the instructional plan that includes the development of speaking, listening, and reading skills to permit comprehension and interpretation of work documents and the ability to engage in job-related conversation. All instructions shall also include job related language technology and usage of designated field of work of interest. The Contractor shall prepare, in collaboration with students clearly defined and differentiated curricula that focus on the specific needs of each learners group. There should be two groups, one will be taught Monday and Wednesday and the second group Tuesday and Thursday.

All instructions shall be based on language proficiency, communication, and academic principles as stipulated by learning language as second language.

All students shall be measured on their language proficiency levels in accordance with the English as second Language Standard.

Instruction shall be based on proficiency, communication, and academic principles as used in foreign language learning institutions identified below.

The English language teacher or instructor must meet the target English language literacy and fluency requirements. His or her language competence must be approved by a USG direct-hired Officer.

The instructor may not possess a teaching license but must be someone who has received at least a Bachelor’s degree from an accredited college or university and has demonstrated his/her competence to communicate in English and has taught in some recognized institution or has taught English to non-English speakers.

The instructor must possess a good command of the English language. English language fluency is defined as having oral proficiency in English that consists of comprehension and production. English language production is defined as accurate and efficient oral communication using appropriate pronunciation, intonation, grammar, and vocabulary in an interactive professional context.

This is a commercial items contract. Contractor performing on USG property is not, repeat is not USG Employee. The contractor is not working under the Government supervision. The contractor is providing the same service to other entities in Benin. The unit of measure under this contract is “session”. There is no Employer-Employee relationship between USG and the Contractor.

3.Period of Performance

Class shall be given During Monday, Tuesday, Wednesday and Thursday at the American Embassy Cotonou, from 09:00am to 10:00am; from 11:30 to 12:30; 16:30 to 17:30 and 17:30 – 18:30. The period of performance of this contract is twelve (12) months with two one-year option periods to renew if fund becomes available and the need exists. Specific starting date will be provided in notice to proceed.

4.Contractor Furnished Property

4.1The Contractor shall provide all primary instructional materials except for those provided by the Government. Contractor furnished material includes, but not limited to texts, class exercises, handouts and tests.

4.2The Contractor shall provide all necessary site support materials not furnished by the Government.

4.3The Contractor shall provide qualified instructor(s), who are well versed in all topics to be covered, capable of answering in-depth questions on each topic, will provide the required training in a classroom setting, based on the schedule of training modules or lessons and the objectives and goals for that training.

4.4The Contractor shall provide instructor supervisor(s) who will supervise the performance of work under the contract, and who will perform quality assurance in meeting the objectives and goals for that training.

4.5The Contractor shall provide other required classroom materials such as newspapers, magazines, or photocopied materials, written in the designated language for use by students in exercises or testing.

5.Specific Tasks

The contractor shall provide instructional Foreign Language Training services at the firm fixed prices shown in this contract. The objective of each training module or lesson is to prepare all students as efficiently and effectively as possible to accomplish the goals of the training.

Each student, at the completion of training, shall be able to perform at the required level of proficiency.

When engaged in social conversation, the student will be able to communicate with English speaking public, carrying on an appropriately worded and pronounced dialogue in the correct dialect and grammar. At least 85% of the students tested in each class shall be able to answer correctly at least 90% of the selected vocabulary questions when used in conversational exchange.

After reading communications, messages, or letters written in English, the student will be able to comprehend, translate, and correctly summarize the purpose and content of the written communication that was provided. The student must be able to translate the requested information or pre-planned reply, and prepare a written response to the selected communication. At least 75% of the students completing the training shall correctly recognize, comprehend, and summarize the written communication, and to translate the correct response to the written communication at least 85% of the time.

5.1. STUDENT TESTING

The Contractor shall administer tests on knowledge and proficiency as a required element of evaluating the student's progress in the training module or lesson. The Contractor shall provide these tests periodically to:

  • determine the student's progress in training;
  • identify areas of weakness where supplemental training may be needed; and,
  • quantify the student's then-current level of knowledge and proficiency.

Initial testing will be used to establish a baseline for measurement of knowledge and proficiency obtained, and may be used in a predictive manner to facilitate personal training planning.

The Contractor shall use oral or written tests, including Computerized Adaptive Testing, which is approved by the post Training Officer.

5.2.STUDENT PROGRESS DOCUMENTATION AND TRAINING RECOMMENDATIONS

The Contractor's instructor(s) shall be responsible for documenting each student's progress in training, and for preparing a training recommendation for each student. The student's progress will be reported to the student and the COR monthly. The instructor will document the student's progress as measured performance under each lesson module. The Contractor shall document students’ accomplishments (student portfolio) and must provide evidence of how he or she measures learning (lessons must be prepared and attached). The Contractor shall prepare training recommendations that state specific plans for remedial, or supplementary use of supportive training materials, or use of tutoring and personalized training techniques.

5.3.STUDENT COUNSELING

The Contractor's instructor(s) shall be responsible for counseling each student in the student’s performance, and for preparing and discussing with the student any corrective actions which may assist the student in the improvement of their performance. A portfolio (a folder) showing the student’s progress must be handled to the COR on the monthly basis, and the instructor shall document the training recommendations made to direct the student’s progress. The counseling sessions should result in specific tasking for remedial, or supplementary use of supportive training materials, or use of tutoring and personalized training techniques, as needed to improve student performance.

Attachment 1: GOVERNMENT-FURNISHED PROPERTY AND INFORMATION

-Classroom

-Audio-visual equipment

-Computer equipment

-Flip Chart and easel

-Erasable marker – Whiteboard

-Books and Dictionaries

-Expendable/Consumable classroom supplies

The Government shall replenish such expendable/consumable items as needed to provide for the performance of the work.

1

6.Contracting Officer’s Representative (COR)

The Contracting Officer’s Representative (see clause 652.242-70 in Section 2 Addendum) will provide specific guidance and answer questions relative to the requirement described in paragraph of Performance Work Statement above. The COR for this contract is:

Motor Pool Dispatcher

7.Quality Assurance & Surveillance Plan (QASP).

This plan is designed to provide an effective surveillance method to promote effective contractor performance. The QASP provides a method for the Contracting Officer's Representative (COR) to monitor contractor performance, advise the contractor of unsatisfactory performance, and notify the Contracting Officer of continued unsatisfactory performance. The contractor, not the Government, is responsible for management and quality control to meet the terms of the contract. The role of the Government is to conduct quality assurance to ensure that contract standards are achieved.

Performance Objective / Work Requirements Para / Performance Threshold
Services.
English teaching services to US Embassy Cotonou Local Engaged Employees. / All paragraphs in Section 1 / All required services are performed and no more than one (2) customer complaints are received per month
Payment of any services received contingent on fulfillment of criteria:
Submission of student’s portfolio, instruction materials, progress reports, and attendance sheet signed by all employees in attendance.

7.1.SURVEILLANCE. The COR will receive and document all complaints from Government personnel regarding the services provided. If appropriate, the COR will send the complaints to the Contractor for corrective action.

7.2.STANDARD.The performance standard is that the Government receives no more than two (2) customer complaints per month. The COR shall notify the Contracting Officer of the complaints so that the Contracting Officer may take appropriate action to enforce the inspection clause (FAR 52.212-4, Contract Terms and Conditions-Commercial Items), if any of the services exceed the standard.

7.3.PROCEDURES.

(a)If any Government personnel observe unacceptable services, either incomplete work or required services not being performed they should immediately contact the COR.

(b)The COR will complete appropriate documentation to record the complaint.

(c)If the COR determines the complaint is invalid, the COR will advise the complainant. The COR will retain the annotated copy of the written complaint for his/her files.

(d)If the COR determines the complaint is valid, the COR will inform the Contractor and give the Contractor additional time to correct the defect, if additional time is available. The COR shall determine how much time is reasonable.

(e)The COR shall, as a minimum, orally notify the Contractor of any valid complaints.

(f)If the Contractor disagrees with the complaint after investigation of the site and challenges the validity of the complaint, the Contractor will notify the COR. The COR will review the matter to determine the validity of the complaint.

(g)The COR will consider complaints as resolved unless notified otherwise by the complainant.