Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2004 FBO #0822
MODIFICATION

U -- Analysis Training - Computer Based

Notice Date
2/24/2004
 
Notice Type
Modification
 
NAICS
611420 — Computer Training
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-04-T-0010
 
Response Due
3/10/2004
 
Archive Date
3/25/2004
 
Point of Contact
Jerry Lambert, Contract Specialist, Phone 910-432-6978, Fax 910-432-9345, - Karen Glass, Contracting Officer/Contract Specialist, Phone 910-432-6145, Fax 910-432-9345,
 
E-Mail Address
lamberje@soc.mil, glasska@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Special Operations Command (USASOC0, Fort bragg, North Caroina has a requirement for two (2) Five (5) Day , Intermediate/Advanced analysis training for 20 Budget anlaysts, program analysts and accountants per each session. This is a combined synopsis/solicitation in accordance with the format in FAR subpart 12.6 and FAR 13 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITAION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISUED. The solicitation number H92239-04-T-0010 is issued as a Request for Quotation (RFQ). The soliciation document and incorporaated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-20. The North American Industry Classification System Code (NAICS) is 611420. Size Standard is $6 million. THIS REQUIREMENT IS 100% SET-ASIDE FOR SMALL BUSINESS. This action is to provide required training to US Army Special Operations Command personnel at Fort Bragg, NC. The contractor shall provide the following training: Scope: Two (2) classes for 20 students each ? Topic ? Analysis 401: Analyzing Data Using Excel for Optimal Business Decisions. Topics must include Framing Problems for Analysis, Data Collection Techniques, Data Analysis Using Excel, Interpretation and Presenting Analytical Results using PowerPoint. The training must include techniques on analyzing reports and data received from subordinate units and prepared for higher headquarters. The trainer will teach the course at Fort Bragg, NC, in a classroom environment over a 5-day period for each class. TRAINING PERIOD: the training MUST occur on: Class #1 (20 students) April 26-30, 2004, #Class 2 (20 students) May 3-7, 2004. A list of participants will be broken out based on experience and proficiency using Excel. Requirements: Contractor provides competency- based* performance training and a quantitative and qualitative method for evaluating training. A one to two-day informal on-site working session with focus group must be incorporated prior to conducting training to provide information for the training. The training must be customized to USASOC using organic reports and performance objectives and measures, which will be provided during the informal on-site working session. Instructor(s) must have technical experience working with special operations organizations and demonstrated experience with the Department of Defense/Army organizational structure and financial management practices for programs with active and reserve components. Instructor must be a Certified Defense Financial Manager (CDFM). Training will provide continuing professional education credits to support the CDFM continuing education requirements. *Training meets selected Joint Financial Management Improvement Program (JFMIP) Core Competencies for Budget Analysts, Management Analysts and Financial Managers. Contractor must provide total cost estimate. The cost estimate must include cost for on-site, tuition, materials, instructor, shipping, travel, transportation, per diem, and any other expenses the contractor must be paid. Contractor is expected to make all reservations. DELIVERY AND ACCEPTANCE: Solicitation Provision at FAR 52-212-1, Instructions to Offeror-Commercial Items (Oct 2000) are hereby incorported by reference. The provision FAR 52.212-2, Evaluation-Commercial Items, is applicable to this solicitation and the following factors shall be used to evaluate offers. Technical capability of the contractor to meet the Government requirements and price and price related factors. Contractors are reminded to submit a completed copy of the provision(s) at 52.212-3 Alt 1, Offeror Representations and Certifications-Commercial Items (Jul 02) with their quote. The following FAR are applicable to this acquisition. Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 02) is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 02) is hereby incorporated by reference, as well as the following clauses cited in the clause which apply to this solicitation. 52.222-0026 Equal Opportunity (E>O 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action of Handicapped Workers (29 U.S. C. 793), 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-41, Service Contract Act of 1965, As mended (41 U.S.C. 351, et seq.), 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351 et seq), 52.203-6 Alt 1, 52.222-26, 52.232-33, 52.24l7-64, 52.219-6 Notice of Total Small Business Set-Aside; 52.252-6 Authorized Deviations in Clauses. Additionally, the following clauses are applicable to this solicitation, 52.230-3 Gratuities, 52.209-6 Protecting the Government?s Interest When Subcontracting With Contractors Debarred, suspended, or Proposed for Debarment, 52.247-34 F.O.B. Destination, 252.212-7001, Contract Terms and Conditions Required to Implement Statures or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 52.204-7, Required Central Contractor Registration. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award. 52.252-2 Clauses Incorporated by Reference ? the clauses may be accessed electronically at: http://farsite.hill.af.mil QUOTES DUE: Signed and dated quotes referencing the RFQ number H92239-04-T-0010 must be submitted, nolater than 02:00 p.m. on 10 March 2004, to Mr. Jerry G. Lambert viz FAX (910) 432-9345 or email at lamberje@soc.mil. Quotes shall include: (1) original letter signed by an individual authorized to bind the organization, with a schedule of offered training to include the price for tuition, materials (books, etc.), travel, transportation, and Per Diem costs and a total price (2) Completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation.
 
Place of Performance
Address: FORT BRAGG, NC
Zip Code: 28310
 
Record
SN00529863-W 20040226/040225084047 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.