Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2009 FBO #2635
SOLICITATION NOTICE

R -- AMERICAN PRODUCTION AND INVENTORY CONTROL (APICS) PRODUCTION AND INVENTORY MANAGEMENT (CPIM) CERTIFICATION PREPARATORY COURSES AND FUNDAMENTALS OF MATERIALS AND OPERATIONS MANAGEMENT TRAINING

Notice Date
2/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC, Tobyhanna Depot Contracting Office, US Army C-E LCMC, Tobyhanna Depot Contracting Office, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V-09-T-0065
 
Response Due
2/26/2009
 
Archive Date
4/27/2009
 
Point of Contact
Marilyn Watkins, (570)895-7918<br />
 
Small Business Set-Aside
N/A
 
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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29 NAICS is 611430, $6.5M. This is an unrestricted procurement. Refer to solicitation number W25G1V-09-T-0065. Any resultant contract shall be Firm, Fixed-Price, one award. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. Offers to include all information specified below may be submitted via Fax at 570-895-6782, e-mail as.pdf files to marilyn.watkins@us.army.mil or hard copy. To receive an award, the company must be registered in the Central Contractor Registration (CCR) http://www.dlis.dla.mil/ccr/default.asp. Parties interested in responding to RFQ shall complete a Standard Form (SF)1449 (available at http://www.forms.gov), blocks 5, 12, 17 a, 17b (as appropriate), 19 thru 24, 30a, and 30b; the quote must be signed by a company official authorized to contractually bind the company. Offerors shall include the full text provision FAR 52.212-3 ALT I -Offeror Representations and Certifications Commercial Services, completely filled out as well as DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Services). Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil/ or http://www.arnet.gov/far. Supporting documentation (i.e., Past Performance information) must be submitted in order for your quote to be considered. SEE 52.212-2, below regarding submission of examples of Past Performance. Contractor must report man hours in accordance with https://cmra.army.mil. Reporting must be done by the end of September of each fiscal year. Reporting verification is required. REQUIREMENT: American Production & Inventory Control (APICS) Production and Inventory Management (CPIM) certification preparatory courses and Fundamentals of Materials and Operations Management Training specifically: CLIN 0001 Inventory Management Certification Program (CPIM) preparatory courses. Training is to commence in March 2009. Training will consist of the following five modules: Basics of Supply Chain Management; Master Planning of Resources; Detailed Scheduling and Planning Execution and Control of Operations; and Strategic Management of Resources in instructor led environments. Price includes fee for the instructor, text books and unit exam (CPIM) and is based on two classes with fifteen each students per class. One eight hour session will be held weekly for each module starting in March 2009. A four hour session will be held at the end of each module for review. Testing on-site must be paper and pencil and requires a registration of forty-two days prior to the test date and must carry ten registrations. It is understood that retesting will be at an additional charge. CLIN 0002: Fundamentals of Materials and Operations Management students shall be provided the following courses: Fundamentals of Inventory Control; Fundamentals of Planning; Fundamentals of Manufacturing Control; Fundamentals of Operations Management. One-hundred-twenty-five students in classes of twenty-five each will complete one module and all four modules within eight months time beginning in March 2009. Each modules shall be forty hours in length and students will complete module one before going on to module two. All classes will be Monday through Wednesday, skip Thursday and Friday, and complete the module on the following Monday through Wednesday. The case study and the final exam will be given on the second Wednesday. During holiday weeks, classes will be adjusted accordingly. The contractor and instructors must hold all appropriate certifications required by the Association of Operations Management to teach and present the CPIM and the Fundamentals of Materials and Operations Management courses. The training provider shall conduct all training at Tobyhanna Army Depot. This includes providing qualified instructors as well as ordering and delivering all of the necessary books and or materials, such as slides and the Exam Content Manual. Tobyhanna Army Depot will provide classroom space for training which will include, at a minimum, a personal computer with Microsoft PowerPoint capability, an LCD projector, and either a white-board, or a flip-chart. The contractor may submit invoices to Tobyhanna Army Depot at the time books are ordered and at the end of each appropriate module. Invoices for books and materials will be processed after receipt and acceptance at Tobyhanna Army Depot. PRICING: Note that there are two line items, one for CPIM training and one for Fundamentals training. Pricing for each line shall be inclusive of everything required to perform the training as required. Item 0001 $_____________; Item 0002 $_____________. The unit of issue (U/I) for each item shall be One Lot. However, for informational purposes for invoicing and payment, the following price breakdown information must be provided for each line item: 0001: price of materials for each module $____________; and price performing the training for one module $_____________; and price for review and testing, as applicable $____________. 0002: price of materials for each module $____________; and price performing the training for one module $_____________; and price for review and testing, as applicable $____________ and CLIN 0003 CONTRACTOR MANPOWER REPORTING $__________. INVOICING AND PAYMENTS A module shall be considered to be completed upon presentation of all the module training for that particular class, inclusive of any required review sessions. Invoices may be submitted at the completion of any module (for one or more individual classes). See also FAR 52.212-4(g), Invoices. As invoices are submitted, either for materials or for the completion of training for a module, the invoicing shall correspond to the pricing information submitted as required above. The payments for such supplies or completed tasks will be paid out against the One Lot price. The following FAR clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items, With Addendum. 52.212-3 ALT I Offeror Representations and Certifications Commercial Items. 52.212-4 Contract Terms and Conditions - Commercial Items, With Addendum. 52.211-6 Brand Name or Equal. 52.211-14 Notice of Priority Rating for National Defense: DO S10. 52.211-15 Defense Priority and Allocation Requirements. 252.201-7000 Contracting Officer s Representative. 252.204-7004 Alternate A. 252.211-7003 Item Identification and Valuation. 252.212-7000 Offeror Representations and Certifications--Commercial Items. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.225-7001 Buy American Act and Balance of Payments Program. 252.225-7012 Preference for Certain Domestic Commodities. 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. 252.227-7015 Technical Data--Commercial Items. 252.227-7037 Validation of Restrictive Markings on Technical Data. 252.232-7003 Electronic Submission of Payment Requests. 252.243 -7002 Requests f or Equitable Adjustment. 252.247-7023 Transportation of Supplies by Sea. 52.212-2 Evaluation - Commercial Items. This acquisition will be a best value action. Evaluation factors are technical, Past Performance, and Price. Technical shall be evaluated as pass/fail, specifically, that the required training is to be provided by a contractor that holds all appropriate certifications required by APICS to teach and present the CPIM and the Fundamentals of Materials and Operations Management courses. Contractor must submit a proposed class schedule which meets the requirements described above. Quality, delivery, and customer service pertaining to having provided the same or similar services in the same or similar quantities will be evaluated under past performance. The offeror shall provide with his offer three (3) such examples of past performance, performed within the past three (3) years. The examples shall include: the name of the customer/contracting office; the services performed; the price; the dates of performance and a customer point of contact and telephone number. It is the offerors responsibility to insure that the telephone number is current and accurate. 52.212-5 Contract Terms and Condition s Required to Implement Statutes or Executive Orders - Commercial Items, which includes 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; Payment of Electronic Funds Transfer - Central Contractor Registration; 52.225-1 Buy American Act-Balance of Payments program-Supplies; 52.225-2 Buy American Act-Balance of Payments Program Certificate; 52.222-3 Convict Labor; 52.222-19 Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Report s o n Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; Gratuities; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.204-6 Contractor Identification Number Data Universal Numbering System (DUNS); 52.215-5 Facsimile Proposals(FAX Number: (570) 895-6782); 52.219-8 Utilization of Small Business Concerns; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer; 52.233-2 Service of Protest; 52.233-3 Protest After Award; 52.247-34 F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) Full Text may be accessed electronically at this internet address http://farsite.hill.af.mil. Contractor will also be required to agree to Tobyhanna Army Depot clauses regarding access, safety, and security and Wide area Workflow payment procedures which may be obtained from marilyn.watkins@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=975317c0adca2bf10372ced1528221d3&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC, Tobyhanna Depot Contracting Office ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA<br />
Zip Code: 18466-5100<br />
 
Record
SN01747811-W 20090212/090210220330-975317c0adca2bf10372ced1528221d3 (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.