SOLICITATION NOTICE
U -- General Shipboard Damage Control and Shipboard Firefighting Training
- Notice Date
- 1/6/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611210
— Junior Colleges
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, Army Reserve Contracting Center - West, Army Reserve Contracting Center - West, Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
- ZIP Code
- 93955
- Solicitation Number
- W9124N09T0030
- Response Due
- 1/8/2009
- Archive Date
- 3/9/2009
- Point of Contact
- Darnell F. Flowers, 831-242-6571<br />
- Small Business Set-Aside
- N/A
- Description
- The Army Reserve Contracting Center WestPresidio of Monterey Division intends to award a sole source contract to Olympic College (Readiness Response Institute), 1211 Carver St, Bremerton, WA 98312, for General Shipboard Damage Control and General Shipboard Firefighting Training. This combined synopsis/solicitation for commercial items is prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and 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. The solicitation number is W9124N-09-T-0030 and is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-28. The associated North American Industrial Classification System (NAICS) code for this procurement is 611210 with a small business size standard of $7.0 Million. This requirement is unrestricted and only qualified offerors may submit bids. The due date for quotes is 8 Jan 09; 3:00pm Pacific Standard time. Requirement is for the following: CLIN 0001 General Shipboard Damage Control Training Five (5) One Day Sessions from 8:00 am to 4:00 pm, on the following dates: (10 Jan 09 and 11 Jan 09) (14 Mar 09 or 15 Mar 09), and (3 Apr 09 and 4 Apr 09) CLIN 0002 General Shipboard Firefighting Training Five (5) One Day Sessions from 8:00 am to 4:00 pm, on the following dates: (10 Jan 09 and 11 Jan 09) (14 Mar 09 or 15 Mar 09), and (3 Apr 09 and 4 Apr 09) Contractor shall provide the following. These items will be used as evaluation factors for award. 1. All instructors, instructional supplies, materials and related activities required for the program. 2. Provide and handle all student evaluations and related activities. 3. Classroom space for all classes, to include tables, chairs, and adequate climate control. 4. Facility capable of handling up to 24 students per class. 5. Lunch will be provided by the contractor on both days The following provisions and clauses are incorporated by reference: 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on the contractors ability to meet the five (5) factors listed above. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items The offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-36 Payment by Third Party (Credit Card) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 252.225-7001 Buy America and Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.211-7003 Item Identification and Valuation 252.247-7023, Transportation of Supplies by Sea Full texts of these clauses are available at: http://farsite.hill.af.mil or http://www.arnet.gov/far/index.html The government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to meet the requirement or submit a proposal. However, this notice of intent is not a request for competitive proposals. All proposals received on or before 8 January 2009 at 3:00 pm Pacific Standard Time in response to this combined synopsis/solicitation will be considered by the government. A determination by the government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the government. Information received would be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Please indicate on your proposal if you will accept the government purchase card as the payment method. If the contractor does not accept the government purchase card the contractor shall submit payment request(s) using Wide Area Workflow (WAWF). WAWF is the mandatory method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. Additional WAWF Instructions will be provided upon receipt of order. Please indicate whether or not you will accept the government purchase card for payment on this contract. Contracting Office Address: Bldg 4385, Room 2202, 400 Gigling Road, Seaside, CA 93955 Point of Contact: Name: Darnell F. Flowers, Contracting Officer, Phone: 831-242-6571, Fax: 831-242-6562, E-Mail: darnell.flowers@us.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=739c43ddf34cc20f5eae4e3a7a6a4555&tab=core&_cview=1)
- Place of Performance
- Address: Olympic College 1211 Carver Street Bremerton CA<br />
- Zip Code: 98312<br />
- Zip Code: 98312<br />
- Record
- SN01727455-W 20090108/090106220404-739c43ddf34cc20f5eae4e3a7a6a4555 (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 |