Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2009 FBO #2602
SOLICITATION NOTICE

U -- BASIC AND ADVANCED COMBAT TRAUMA TRAINING COURSES FOR I AND II MARINE EXPEDITIONARY FORCES (I AND II MEF) FOR MARINE CORPS BASES (MCB) CAMP LEJEUNE, NC AND CAMP PENDLETON, CA

Notice Date
1/8/2009
 
Notice Type
Presolicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700109Q0043
 
Response Due
2/9/2009
 
Archive Date
3/9/2009
 
Point of Contact
JACKIE MEADE 910-451-2184 LISA WILLIAMSCONTRACTING OFFICER910-451-5182
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written solicitation will not be issued. Solicitation number M6700109Q0043 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28. This solicitation is issued on an unrestricted basis. The North American Industrial Classification System (NAICS) code for this requirement is 611699 and the small business size standard is $6.5 Million. This acquisition is being conducted in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. I and II Marine Expeditionary Forces (I and II MEF), Marine Corps Base (MCB), Camp Lejeune, NC and MCB Camp Pendleton, CA have a requirement for basic and advanced combat trauma training to include live tissue training. ALL CONTRACTORS INTERESTED IN THIS REQUIREMENT SHALL BE APPROVED AND CERTIFIED BY HEADQUARTERS MARINE CORPS (HQMC), THE MEDICAL OFFICER (TMO) OF THE MARINE CORPS, DIRECTOR, HEALTH SERVICES TRAINING AND EDUCATION CENTER OF EXCELLENCE (HSTECOE) AND THE BUREAU OF MEDICINE AND SURGERY (BUMED) PRIOR TO SUBMITTING A QUOTE. THE CONTRACTOR'S COURSE OF INSTRUCTION SHALL COMPLY WITH THE USMC COMBAT MEDICAL TRAINING GUIDELINES. ANY QUOTES RECEIVED THAT DO NOT MEET THESE CERTIFICATION REQUIREMENTS PRIOR TO THE CLOSING DATE AND TIME OF THIS SOLICITATION WILL NOT BE CONSIDERED FOR AWARD. Applicable directives are set forth at Attachment 1. For more information regarding the certification process: Contact LCDR Lucian Laurie, USN, Medical Programs Officer, Training and Education Command (TECOM) at (703) 784-3051. The quantity for each contract line item number (CLIN) is based on the estimated number of students. The contractor shall quote pricing per student. CLIN 0001: Provide a course of instruction for basic combat trauma training to include live tissue training for an estimated 1,000 students. Quantity: 1,000 Each. The contract requirements for this course are outlined in the Statement of Work as set forth at Attachment 2. CLIN 0002: Provide a course of instruction for advanced combat trauma training to include live tissue training for an estimated 1,500 students. Quantity: 1,500 Each. The contract requirements for this course are outlined in the Statement of Work as set forth at Attachment 2. The contract type will be an indefinite delivery indefinite quantity (IDIQ) contract pursuant to FAR Subpart 16.5 for a period of 12 months. A task order will be issued against the requirements contract for each training course as they are scheduled. The period of performance will be for 12 months after date of contract award. PLACE OF PERFORMANCE: These training courses shall be conducted in Camp Lejeune training areas reserved by various I MEF and II MEF units located at Marine Corps Base (MCB), Camp Lejeune, NC and Marine Corps Base (MCB), Camp Pendleton, CA. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: (1) Technical Expertise (2) Past Performance (3) Price); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-18 Ordering; FAR 52.216-19 Order Limitations; FAR 52.217-8 Option to Extend Services; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-9 Small Business Subcontracting Plan; FAR 52.219-28 Post-Award Small Business Program Rerepresentation; FAR 52.228-5 Insurance-Work on a Government Installation; FAR 52.232-8 Discounts for Prompt P! ayment; FAR 52.233-2 Service of Protest (filled in as follows: MCIEAST Contracting Department, Attn: Lisa Williams, PO BOX 8368, Camp Lejeune, NC 28547-8368; FAR 52.247-34 F.O.B. Destination; FAR 52.245-1 Government Property; FAR 52.245-9 Use and Charges; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FAR: http://www.arnet.gov/far/ and DFARS: http://www.acq.osd.mil/dpap/dars/dfars/index.htm); FAR 52.252-2 Clauses Incorporated by Reference (FAR: http://www.arnet.gov/far/ and DFARS: http://www.acq.osd.mil/dpap/dars/dfars/index.htm); DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.21! 2-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.243-7002 Requests for Equitable Adjustment. The following clauses apply under FAR 52.212-5: FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-9 Small Business Subcontracting Plan; FAR 52.219-16 Liquidated Damages - Subcontracting Plan; FAR 52.219-28 Post-Award Small Business Program Representation; 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 Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-3! 7 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.233-4 Applicable Law for Breach of Contract Claim. The following clauses apply under DFARS 252.212-7001: FAR 52.203-3 Gratuities; DFARS 252.219-7003 Small Business Subcontracting Plan (DoD Contracts); DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7002 Requests for Equitable Adjustment; DFARS 252.232-7003 Electronic Submission of Payment Requests. Quoters shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. Additionally, the quoters shall provide completed copies of DFARS 252.225-7000 with their quote. ORCA! is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors are required to be registered and current in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Expertise: Certified Course of Instruction and/ certification by HQMC Health Services; (2) Past Performance references: ! The contractor shall provide three relevant references (not more than 3 years old); and (3) Price. The award will be made to the technically acceptable, lowest price offer, with an acceptable history of past performance. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Expertise: Certified Course of instruction and/ certification by HQMC Health Services; (2) Past Performance; and (3) Price. Award will be made to the low-priced offeror whose technical proposal and past performance are determined to be acceptable. All responsible sources may submit a response which, if timely received, will be considered by the agency. It is the intent of the Government to issue one award; however, we reserve the right to issue multiple awards. Direct all questions regarding this solicitation to Jackie Meade at (910) 451-2184. The closing date and time for this solicitation is 09 Feb 2009 at 12:00 PM (EST). Quoters are responsible for ensuring that their submitted quot! e has been received and is legible. Submit quote to jackie.meade@usmc.mil or fax to (910) 451-2331.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=39e364fea8e0b1f989525c5b92b8865e&tab=core&_cview=1)
 
Record
SN01728919-W 20090110/090108215003-57361e32dcba4154706e80d954b81155 (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 |
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.