Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2009 FBO #2826
SOLICITATION NOTICE

U -- Microsoft Technical Training

Notice Date
8/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665
 
ZIP Code
23665
 
Solicitation Number
FA4800-09-Q-CW01
 
Archive Date
9/8/2009
 
Point of Contact
Cory L. Williams, Phone: 7577647460, Marietta S. Fry, Phone: 757-764-7483
 
E-Mail Address
cory.williams@langley.af.mil, marietta.fry@langley.af.mil
(cory.williams@langley.af.mil, marietta.fry@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services 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. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for FA4800-09-Q-CW01. This solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This acquisition is 100% set-aside for Small Businesses. The associated NAICS code is 611420 with a $7.0M size standard. This RFQ contains 18 line items. The line item description is as follows: CLIN 0001 - Course Code: MS 6424-Fundamentals of Windows Server 2008 Active Directory. CLIN 0002 -Course Code: MS 6425-Configuring Windows Server 2008 Active Directory Domain Services. CLIN 0003 -Course Code MS 6426-Configuring and Troubleshooting Identity and Access Solutions with Windows Server 2008 Active Directory. CLIN 0004 - Course Code: MS 6421-Configuring and Troubleshooting a Windows Server 2008 Network Infrastructure. CLIN 0005 -Course Code: MS 6430-Planning and Administering Windows Server 2008 Servers. CLIN 0006 -Course Code: MS 6434-Automating Windows Server 2008 with Powershell. CLIN 0 007-Course Code: MS 2400-Implementing and Managing Microsoft Exchange Server 2003. CLIN 0008 -Course Code: MS 5047- Introduction to Installing and Managing Microsoft Exchange Server 2007. CLIN 0009 -Course Code: MS 5051-Monitoring and Troubleshooting Microsoft Exchange Server 2007. CLIN 0010 -Course Code: MS 2596- Managing Microsoft Systems Management Server 2003. CLIN 0011 -Course Code: MS 2597-Systems Management Server 2003 (SMS): Planning and Deploying. CLIN 0012 -Course Code: MS 6451-Microsoft Planning, Deploying and Managing System Center Configuration Manager. CLIN 0013 -Course Code: MS 6427-Configuring and Troubleshooting Internet Information Services 7.0 in Windows Server 2008. CLIN 0 014-Course Code: MS 6438-Implementing and Administering Windows SharePoint Services 3.0 in Windows Server 2008. CLIN 0015 -Course Code: MS 4994-Introduction to Programming Microsoft.NET Framework Applications with Microsoft Visual Studio. CLIN 0016 -Course Code: MS 4995-Programming with the Microsoft.NET Framework Using Microsoft Visual Studio. CLIN 0017 -Course Code: CTX-201-1-Implementing Citrix XenApp 5.0 for Windows Sever 2008. End CLIN Description. The government organization requesting training services is the 27 Intelligence Squadron located on Langley AFB, VA. Training will consist of 17 technical courses described above; each course will provide seats for 10 students. 27 IS will determine the students for each course. The contracted supplier will provide training in the local Langley AFB, VA, Newport News,VA Hampton, VA, or York County, VA areas. The local area defined will ensure the government does not incur TDY/Per Diem costs due to the location of the training facility. The contractor shall provide the classroom environment, required software, hardware and courseware/textbooks to effectively provide each course. The contracted supplier will provide certification testing vouchers for each student in the respective completed course. 27 IS will determine students attending each class and provide class list to vendor 14 days prior to class start date. The contractor will provide suggested training start dates/schedules for each class. 27 IS has 365 days from contract start date to schedule and receive requested training. The 27 IS will provide 30 days prior notice to schedule course. Contractor must notify 1st CONS if a specific course listed above becomes obsolete. If any course(s) becomes obsolete, the contractor must provide the course's subsequent/revised version. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 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 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A. Addenda to FAR 52.212-5. The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer Marietta S. Fry (addressed as follows) by obtaining written and dated acknowledgement of receipt from 1st Contracting Squadron, Attn: Marietta S. Fry, 74 Nealy Avenue, Langley AFB, VA 23665-2088. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror with the lowest price. Quotes must be signed, dated and submitted by 24 Aug 2009, 1200 pm, Eastern Standard Time (EST) to the 1st Contracting Squadron/LGCA, Attn: Cory Williams, Contract Administrator, Commercial Phone 757-764-7460, Fax 757-764-7447, E-mail cory.williams@langley.af.mil, electronic submission of quotes/offers is preferred. LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-09-Q-CW01/listing.html)
 
Place of Performance
Address: Langley AFB, VA, Langley AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN01916637-W 20090820/090819001316-a8022206dc172f12dca4f69f8043eb3c (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.