SOLICITATION NOTICE
69 -- LEADERSHIP AND EXECUTIVE DEVELOPMENT TRAINING FOR US ARMY GARRISON, REDSTONE ARSENAL, AL
- Notice Date
- 9/24/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611310
— Colleges, Universities, and Professional Schools
- Contracting Office
- US Army Aviation and Missile Command (Base Ops), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W0WFAAC1618409
- Response Due
- 9/28/2009
- Archive Date
- 11/27/2009
- Point of Contact
- Amy A. Lett, 256-842-7454
- E-Mail Address
-
US Army Aviation and Missile Command (Base Ops)
(amy.lett@us.army.mil)
- Small Business Set-Aside
- Total HBCU / MI
- 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. Solicitation number W0WFAAC1618409 is issued as a 100% Historically Black Colleges and Universities (HBCU) Set-aside. The Government intends to award a sole-source contract to Alabama A & M University, 4900 Meridian Street, Huntsville, AL 35810. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The proposed acquisition is set-a-side as a 100% HBCU set-aside. The associated NAICS code is 611310. US Army GARRISON, Redstone Arsenal, AL, has a requirement for Leadership and Executive Development Training. Location of this course will be conducted at Redstone Arsenal, AL. The Government desires the period of performance for four-one week training modules, to be held between 30 September 2009 and 29 September 2010. Each module will advance to a Higher Level of Leadership. Module I will focus on Communication. Module II will focus on Business Functions. Modules III and IV will focus on Leadership Styles and Transformation. The objective of this program is to prepare career level employees for leadership and executive positions. All modules will be customized according to needs of the participants. The Government anticipates awarding of a Firm Fixed Price contract. The evaluation factors for this RFQ are technical capability, delivery, past performance and price. The Government intends to make award based on best value. Best value means the expected outcome of the acquisition that, in the Governments estimation, provides the greatest overall benefit in response to the requirement. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. An offer will be considered non-responsive if technical acceptability and delivery are not met. 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 Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates 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 (i) of this provision; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following clauses apply under FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items; DFARS 252.232-7003 Electronic Submission of Payment Requests; 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/dfarspgi/current/index.html. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Are Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. All responsible sources may submit a capability statement, proposal or quotation which shall be considered by the agency. For information regarding this solicitation, please call Amy Lett at 256-842-7454 or submit via e-mail at amy.lett@us.army.mil. Submit quotes via email to amy.lett@us.army.mil. All quotes are due by 12:00PM on Monday, 28 September 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAH03/W0WFAAC1618409/listing.html)
- Place of Performance
- Address: US Army Contracting Command (Base Ops) ATTN: CCAM-OS-B, Building 5303, Sparkman Center Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN01968555-W 20090926/090925000047-60c81ab086b682f99a75a3e75030be3c (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 |