SOLICITATION NOTICE
U -- On-Site Intermediate Urdu Language Training
- Notice Date
- 8/3/2006
- Notice Type
- Solicitation Notice
- NAICS
- 611630
— Language Schools
- Contracting Office
- USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W67K2S-6208-0500
- Response Due
- 8/23/2006
- Archive Date
- 10/22/2006
- Small Business Set-Aside
- Total Small Business
- Description
- 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. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-11. This will be a 100% Small Business Set Aside acquisition under North American Indust ry Classification System Code 611630, with a small business size standard of $6.5M. SPECIFICATIONS: Assist Utah National Guard linguists to achieve the DoD specified qualification of L3/R3/S3 in Listening, Reading and Speaking on the Urdu Defense Language Proficiency Test V (DLPT-V) or Oral Proficiency Interview (OPI) after approximately 52 weeks of Foreign (Second) Language intermediate education and training. Classes will be conducted at Utah National Guard Military and Education Center, Orem, UT. Approximate class start date is 11 September 2006. Interested parties may request a copy of the Performance Work Statement via e-mail at sherri.shepherd@us.army.mil. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated either by reference or full text and the clauses are to remain in full force in any resultant contract: (1) FAR 52.204-7 Central Contractor Registration (JUL 2006); ( 2) FAR 52.212-1 Instructions to Offerors--Commercial Items (JAN 2006), Addendum paragraph (h) Multiple Awards delete in its entirety, the government plans to award a single contract resulting from this solicitation; (3) FAR 52.212-2 Evaluation--Commerci al Items (JAN 1999); (4) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (JUN 2006), with Alternate I (APR 2002); (5) FAR 52.212-4 Contract Terms and Conditions--Commercial Items (SEP 2005); (6) FAR 52.212-5 Contract Terms and Con ditions Required to Implement Statutes or Executive Orders Commercial Items (JUN 2006), the following clauses are applicable and incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I (O CT 1995); FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003); FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26 Equal Opportunity (APR 2002); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001); FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-39 Notification of Employee Rights concerning Payment of Union Dues or Fees (DEC 2004); FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registrati on ( OCT 2003); (7) DFARS 252.204-7004 Central Contractor Registration, Alternate A (NOV 2003); and (8) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAY 2006). EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the government, price and other factors considered. Selection will be based on the following evaluation factors, in order o f importance: (1) offerors capability to provide the services required, and the quality of the proposed instructors; (2) past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) total cost or price. INSTRUCTIONS: Offers shall include (1) a detailed cost proposal; (2) technical proposal to include corporate overview, summary of off-site training experience, instructor resumes, etc; (3) list of at least three references whose contract has been completed within the past three years or currently in process for similar work covered b y this solicitation. Provide the following information for each reference: (a) name and telephone number; (b) date event took place; and (c) brief description of the event. Failure to provide the above listed items with your offer, may cause your offer t o be considered non-responsive. In order to determine responsibility, financial documents may be requested from the selected offeror prior to award. ADDITIONAL INFORMATION: To receive the award, the offeror must be registered in the Central Contractor Registration (CCR) database, which can be accessed at www.ccr.gov. Offers shall be received NLT 2:00 P.M. MDT on August 23, 2006. Offers may be sent vi a e-mail to Sherri Shepherd at sherri.shepherd@us.army.mil. Questions regarding this solicitation must be in writing and may be sent via e-mail to the address above. AWARD WILL BE SUBJECT TO AVAILABILITY OF FUNDS.
- Place of Performance
- Address: USPFO for Utah P.O. Box 2000, Draper UT
- Zip Code: 84020-2000
- Country: US
- Zip Code: 84020-2000
- Record
- SN01105579-W 20060805/060803222018 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |