SOLICITATION NOTICE
U -- TISSUE TRAINING - LTT
- Notice Date
- 7/24/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Colorado, Attn: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, Colorado, 80011-9511
- ZIP Code
- 80011-9511
- Solicitation Number
- W813G791962001
- Archive Date
- 8/14/2009
- Point of Contact
- Sandra Miranda, Phone: 7208478678
- E-Mail Address
-
sandra.miranda@us.army.mil
(sandra.miranda@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- LTT SCOPE OF WORK This is a combined synopsis/solicitation 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; quotes are being requested and a written solicitation will not be issued. The solicitation W813G791962001 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. This combined synopsis/request for quote will be on an unrestricted basis. The North American Industrial Classification System (NAICS) code for this requirement is 611699 and the small business size standard is $7.0M. The proposed acquisition is being procured as unrestricted. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (basis for award is best value, evaluation factors are training content and scope; and price. FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, Certifications shall be submitted with quotation; 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 with the following applicable clauses 16,17,18,19,21,31; FAR 52.204-7 Central Contractor Registration; FAR 52.222-50 Combating Trafficking in Persons; DFARS 252.212-7001 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 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.7002 (7)(c)(1) Payment request and receiving reports shall be submitted by facsimile or conventional mail. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. See attached detailed scope of work. The Government will review each contractors capability statement. Any contractor should ensure that its response is complete and sufficiently detailed to allow the Government to determine the contractors qualifications to perform. Government professional services contractor(s) may have access to data submitted in response to this synopsis. Proprietary and confidential information will not be accepted. The Government believes that standard specifications and capabilities should suffice to respond. If a contractor believes that their response must include proprietary or confidential information in order to be considered, their response must be properly annotated. Questions regarding this solicitation/synopsis must be emailed to sandra.miranda@us.army.mil or Mark Schoenrock at mark.schoenrock@us.army.mil, no later than 29 July 2009, 9:00 a.m., MST. All responses/proposals must be received no later than 10:00 a.m. on 30 July 2009 by email to sandra.miranda@us.army.mil or mark.schoenrock@us.army.mil. Responses received after this deadline may not be considered. The Offeror is required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration database (CCR). Basis for Award will be Best Value. NOTE: The electronic copy of your package must be received by the deadline in order to be considered. Due to the firewalls, some files may not be transmitted successfully; it is the Contractors responsibility to ensure that all electronic files are received by the Contracting Office. Any Contractor submitted whose package fails to provide all required information due to a transmission error may be rejected as nonresponsive.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W813G791962001/listing.html)
- Place of Performance
- Address: RED DEVIL RANGE 150, FORT CARSON, Colorado, 80913, United States
- Zip Code: 80913
- Zip Code: 80913
- Record
- SN01886104-W 20090726/090724235201-dac69fe4d111028c255f8074271820eb (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 |